Northern Railways / Indian Railways Portal - STANDARD ......Northern Railways STANDARD GENERAL...
Transcript of Northern Railways / Indian Railways Portal - STANDARD ......Northern Railways STANDARD GENERAL...
Signature of Tenderer Page 1
STANDARD TENDER DOCUMENT
PACKET –I
( TECHNICAL CUM COMMERCIAL BID)
ENGINEERING DEPARTMENT
NORTHERN RAILWAY
Website: www.nr.indianrailways.gov.in
Signature of Tenderer Page 2
SPECIAL INSTRUCTIONS
TO
TENDERERS
AND
REGULATIONS
FOR
TENDERS & CONTRACTS
Signature of Tenderer Page 3
Northern Railways
STANDARD GENERAL CONDITIONS OF CONTRACT
2015
I N D E X
PART - I
REGULATIONS FOR TENDERS AND CONTRACTS
Para
Sub Para
Subject Page
PACKET – I ( TECHNICAL CUM COMMERCIAL BID)
Disclaimer 11
1.0 Meaning of Terms 12
1.1 Interpretation 12
1.2 Definition
12-13
1.3 Singular and Plural 13
2.0 Tenders for Works 13
2.1 Tender Documents (Tender Form) 13-14
2.2 Submission of tenders 14-15
2.2 Tender Notice 16
2.3 e-Publishing 16
2.4 Validity of Tender 16
2.5 Amendment of Tender Document 16
3.0 Care in Submission of Tenders
16
3.1 Tenderer Constitution and Requirement of Authorized Signatory
16-17
3.2 Cost of Tender Document 17
3.3 Earnest Money 17-18
3.4 Work of Similar Nature 18
Signature of Tenderer Page 4
Para Sub
Para
Subject Page
3.5 Minimum Eligibility Criteria 18-19
3.6 Eligibility Criteria 18-19
3.7 Documents for Eligibility 19-25
3.8 Test of Responsiveness 25-26
3.9 Conflict of Interest 26-28
3.10 Fraud & Corrupt Practices 28-29
3.11 Confidentiality 29
3.12 Employment/Partnership etc of Retired Railway Employee
29-30
3.13 Miscellaneous 30-31
3.14 Preparation &Submission of Tender Document
31-32
3.15 Credential/ Approved list of Contractors 32-33
4.0 Consideration of Tenders 33-34
4.1 Right of Railway to Deal with Tender 34
4.2 Late and Delayed Tender
34
4.3 Opening of Tender 34
4.4 Conditional offer and alternative proposals by Tenderers
34
4.5 Withdrawal of Offer
34
4.6 Omissions, Discrepancies & Clarification 34-35
4.7 Evaluation of Tender/ Bids 35
4.8 Acceptance of Tender 35
4.9 Communication of Acceptance 35
5.0 Contract Document 35
5.1 Execution of Agreement 35-36
Signature of Tenderer Page 5
Para Subject Page
5.2 Form of Contract Document 36
5.3 Applicable charges/recoveries/Advance etc 36-37
Annexures
Annexure –I: Standard Tender Document 38-70
Annexure –IV: Contract Agreement for Works 71
Annexure –VII: Guidelines for submitting tenders by Partnership Firms and their Eligibility
72-76
Annexure –VIII: Details of Plant and Machinery already available with the firm
77
Annexure –IX: List of engineers/personnel already available/ proposed to be employed for deployment on this work
77
Annexure –X: Statement of works being executed/in hand by the contractor/s
78
Annexure –XI: Details of Beneficiary for Electronic Transfer of Funds
79
Annexure –XII: Applicable charges/ recoveries/ Advance etc.
80-81
Annexure-XIII: Proforma For Time Extension 82-83
Annexure-XIV : Certificate Of Fitness 84
Annexure-XV : Proforma Of 7 Days’ Notice 85
Annexure-XVI: Proforma Of 48 Hrs. Notice 86
Annexure-XVII: Proforma Of Termination Notice 87-88
Annexure –XIX: Supplementary Agreement 89-90
Annexure –XX: Price Variation Clause; For Works Costing 50 Lacs and above.
91-96
Annexure – XXI : Proforma for MOU of JV 97-98
PACKET- II ( FINANCIAL BID)
Cover Page 99
Schedule of rates & Quantities 100-106
Signature of Tenderer Page 6
PART - II
STANDARD GENERAL CONDITIONS OF CONTRACT
Para Subject Page
1. Definitions And Interpretation 23
(1) Definitions 23
(2) Singular And Plural 24
(3) Headings And Marginal Headings 24
General Obligations 24
2. Execution, Co-Relation And Intent Of Contract Documents
24
3. (1) Law Governing The Contract 25
(2) Compliance To Regulations And Bye-Laws 25
4. Communication To Be In Writing 25
5. Service Of Notices On Contractors 25
6. Occupation And Use Of Land 25
7. Assignment Or Sub-Letting Of Contract 25
8. Assistance By The Railway For The Stores To Be Obtained By The Contractor
25
9. Railway Passes 25
10. Carriage Of Materials 26
11. Use Of Ballast Train 26
12. Representation On Works 26
13 Relics And Treasures 26
14. Excavated Material 26
15. Indemnity By Contractors 26
16. (1) Security Deposit 26
(2) Recovery Of Security Deposit 26
(3) Interest On Amount 27
(4) Performance Guarantee 27
17. Force Majeure Clause 28
17-A. Extension Of Time In Contracts 29
(i) Extension Due To Modification 29
(ii) Extension For Delay Not Due To Railway/Contractor
29
(iii) Extension Of Time For Delay Due To Railway 29
17-B. Extension Of Time For Delay Due To Contractor 30
18. (1) & (2) Illegal Gratification 30
Execution Of Works 30
19. (1) Contractor's Understanding 30
(2) Commencement Of Works 31
(3) Accepted Programme Of Works 31
Signature of Tenderer Page 7
(4) Setting Out Of Works 31
Para Subject Page
20. (1) Compliance To Engineer's Instructions 31
(2) Alterations To Be Authorised 31
(3) Extra Works 31
(4) Separate Contracts In Connection With Works 31
21. Instructions Of Engineer's Representative 32
22. (1) Adherence To Specification And Drawings 32
(2) Drawings And Specifications Of The Works 32
(3) Ownership of Drawings And Specifications 32
(4) Compliance With Contractor's Request For Details 32
(5) Meaning And Intent Of Specifications And Drawings 32
23. Working During Night 32
24. Damage To Railway Property Or Private Life And Property 32
25. Sheds, Stores-Houses And Yards 33
26. Provision Of Efficient And Competent Staff At Work Sites By Contractor
33
26A. Deployment Of Qualified Engineers At Work Sites By Contractor
33
27. (1) Workmanship And Testing 33
(2) Removal Of Improper Work And Materials 34
28. Facilities For Inspection 34
29. Examination Of Works Before Covering Up 34
30. Temporary Works 34
31. (1) Contractor To Supply Water For Works 34
(2) Water Supply From Railway System 34
(3) Water Supply By Railway Transport 35
(4) (A) Contractor To Arrange Supply Of Electric Power For Works
35
(B) Electric Supply From The Railway System 35
32. Property In Materials And Plants 35
33. (1) Tools, Plant And Materials Supplied By Railway 35
(2) Hire Of Railway Plant 35
34. (1) Precautions During Progress Of Works 35
(2) Roads And Water Courses 36
(3) Provision Of Access To Premises 36
(4) Safety Of Public 36
35. Use Of Explosives 36
Signature of Tenderer Page 8
Para Subject Page
36. (1) & (2) Suspension Of Works 36
(3) Suspension Lasting More Than Three Months 36
37. Rates For Items Of Works 37
38. Demurrage And Wharfage Dues 37
39. Rates For Extra Items Of Works 37
40. (1) Handing Over Of Works 37
(2) Clearance Of Site On Completion 38
Variations In Extent Of Contract 38
41. Modification To Contract To Be In Writing 38
42. (1) & (2) Power Of Modifications To Contract 38
(3) Valuation Of Variations 38
(4) Variations In Quantities During Execution Of Works Contracts
39
43. Claims 40
(1) Monthly Statement Of Claims 40
(2) Signing Of ’No Claim Certificate’ 40
Measurement, Certificates And Payments 40
44. Quantities In Schedule Annexed To Contract 40
45. Measurements Of Works 40
46. (1) "On Account” Payments 41
(2) Rounding Off Amounts 41
(3) "On Account” Payments Not Prejudicial To Final Settlement
41
(4) Manner Of Payment 41
46A. Price Variation Clause (PVC) 41
1. – Applicability 41
2. - Base Month 41
3. – Validity 42
4. to 6. - Components & Percentages 42
7. to 9. - Formulae etc. 42
10. - Price Variation During Extended Period Of Contract 45
47. Maintenance Of Works 45
48. (1) Certificate Of Completion Of Works 46
(2) Contractor Not Absolved By Completion Certificate 46
49. Approval Only By Maintenance Certificate 46
50. (1) Maintenance Certificate 46
(2) Cessation Of Railway’s Liability 46
(3) Unfulfilled Obligations 46
Signature of Tenderer Page 9
Para Subject Page
51. (1) Final Payment 47
(2) Post Payment Audit 47
51-A. Production Of Vouchers Etc. By The Contractor 47
52. Withholding And Lien In Respect Of Sums Claimed 47
52-A. Lien In Respect Of Claims In Other Contracts 48
53. Signature On Receipts For Amounts 48
Labour 49
54. Wages To Labour 49
54-A. Apprentices Act 49
55. Provisions Of Payments Of Wages Act 49
55-A. Provisions Of Contract Labour (Regulation And Abolition) Act, 1970
49
55-B. Provisions of Employees Provident Fund and Miscellaneous Provisions Act, 1952
50
55-C. Provisions of “The Building and Other Construction Workers (RECS) Act, 1996” and “The Building and Other Construction Workers’ Welfare Cess Act, 1996” :
50
56. Reporting Of Accidents 50
57. Provision Of Workmen's Compensation Act 51
57-A. Provision Of Mines Act 51
58. Railway Not To Provide Quarters For Contractors 51
59. (1) Labour Camps 51
(2) Compliance To Rules For Employment Of Labour 51
(3) Preservation Of Peace 51
(4) Sanitary Arrangements 51
(5) Outbreak Of Infectious Diseases 52
59. (6) Treatment Of Contractor's Staff In Railway Hospitals 52
(7) Medical Facilities At Site 52
(8) Use Of Intoxicants 52
(9) Non-Employment Of Female Labour 52
(10) Restriction On The Employment Of Retired Engineers Of Govt. Services Within Two Years Of Their Retirement
52
60. (1) Non-Employment Of Labourers Before The Age Of 15 Years
52
(2) Medical Certificate Of Fitness For Labour 52
(3) Period Of Validity Of Medical Fitness Certificate 53
(4) Medical Re-Examination Of Labourer 53
Determination Of Contract 53
61. (1) Right Of Railway To Determine Contract 53
Signature of Tenderer Page 10
(2) Payment On Determination Of Contract 53
(3) No Claim On Compensation 53
62. (1) Determination Of Contract Owing To Default Of Contractor
53
(2) Right Of Railway After Rescission Of Contract Owing To Default Of Contractor
55
Para Subject Page
Settlement Of Disputes 55
63. Matters Finally Determined By The Railway 55
64. (1) Demand For Arbitration 56
(2) Obligations During Pendency Of Arbitration 56
(3) Appointment Of Arbitrator 56
(4), (5), (6) & (7) - Arbitral Award &General 58
Signature of Tenderer Page 11
DISCLAIMER
The information contained in this tender document or
subsequently provided to the Tenderers, whether verbally or in
documentary form by or on behalf of the Northern Railway, their
employees, is provided to the Tenderers on the terms and conditions set
out in the tender document and all other terms and conditions subjected
to which such information is provided.
The purpose of the tender document is to provide the
Tenderers with information to assist in the formulation of their Proposal.
The tender document does not purport to contain all the information for
all the persons, and it is not possible for Northern Railway, their
employees to consider the business/investment objectives, financial
situation and particular needs of each tenderer who reads or uses this
tender document. Each tenderer should conduct its own investigations,
inspection and analysis, and should check the accuracy, reliability and
completeness of the information in the tender document and wherever
necessary obtain independent advice from appropriate sources.
Northern Railway, their employees make no representation or warranty
and shall incur no liability under any law, statute, rule or regulation as to
the accuracy, reliability or completeness of the tender document.
Signature of Tenderer Page 12
PART-I
REGULATIONS FOR TENDERS AND CONTRACTS
FOR THE GUIDANCE OF ENGINEERS & CONTRACTORS FOR WORKS CONTRACTS
1.0 MEANING OF TERMS
1.1 Interpretation: These Regulations for Tenders and Contracts shall be read in
conjunction with the Standard General Conditions of Contract (GCC) Part-I &
Part-II, which are referred to herein and shall be subject to modifications,
additions or suppression by special conditions of contract and/or special
specifications, if any, annexed to the Tender Forms.
1.2 DEFINITION: In these ‘Instruction to Tenderers and Regulations for Tenders and
Contracts’, the following shall have the meanings assigned hereunder except
where the context otherwise requires.
a) “Railway” shall mean the President of the Republic of India or the Administrative
Officers of the Railway or Successor Railway authorized to deal with any matters,
which these presents are concerned on his behalf.
b) “General Manager” shall mean the Officer-in-Charge of the general
superintendence and control of the Zonal Railway/Production Units and shall also
include the General Manager (Construction) and shall mean and include their
successors, of the Successor Railway.
c) “Chief Engineer” shall mean the Officer in charge of the Engineering
Department of Railway and shall also include the Chief Engineer (Construction),
Chief Electrical Engineer, Chief Electrical Engineer (Construction), Chief Signal &
Telecom Engineer, Chief Signal & Telecom Engineer (Construction) and shall
mean and include their successors of the Successor Railway.
d) “Divisional Railway Manager” shall mean the Officer in charge of a Division of
the Zonal Railway and shall mean and include the Divisional Railway Manager of
the Successor Railway.
e) “Engineer” shall mean the Divisional Engineer or the Executive Engineer,
Divisional Signal & Telecom Engineer, Divisional Electrical Engineer in executive
charge of the works and shall include the superior officers of Open Line and
Construction organizations on the Railway of the Engineering, Signal & Telecom
and Electrical Departments, i.e. the Senior Divisional Engineer/Deputy Chief
Engineer/Chief Engineer, Senior Divisional Signal & Telecom Engineer / Dy.Chief
Signal & Telecom Engineer, Senior Divisional Electrical Engineer / Deputy Chief
Electrical Engineer and shall mean & include the Engineers of the Successors
Railway.
Signature of Tenderer Page 13
f) “Tenderer” shall mean the person / the firm / co-operative or company whether
incorporated or not who tenders for the works with a view to execute the works
on contract with the Railway and shall include their personal representatives,
successors and permitted assigns.
g) “Limited Tenders” shall mean tenders invited from all or some Contractors on
the approved or select list of Contractors with the Railway.
h) “Open Tenders” shall mean the tenders invited in open and public manner and
with adequate notice.
i) Works” shall mean the works contemplated in the drawings and schedules set
forth in the tender forms and required to be executed according to the
specifications.
j) “Specifications “shall mean the Standard Specifications for Materials &Works of
Railway as specified by Railway under the authority of the Chief Engineer or as
amplified, added to or superseded by Special Specifications, if any.
k) “Schedule of Rates of the Railway” shall mean the Schedule of Rates issued
under the authority of the Chief Engineer from time to time.
l) “Drawings “shall mean the maps, drawings, plans and tracings or prints there of
annexed to the contract and shall include any modifications of such drawings and
further drawings as may be issued by the Engineer from time to time.
1.3 Singular and Plural: Words importing the singular number shall also include the
plural and vice versa where the context requires.
2.0 Tender for Works
2.1 Tender Documents (Tender Form): The tender documents consist of following:
OPEN TENDER (TWO PACKET)
PACKET I – TECHNICAL CUM COMMERCIAL BID
Section Subject
Work Specific Tender Document Part-I
1 Start of Tender Document (Tender Details)
2 Copy of Tender Notice
3 Scope of Work and Drawings
4.1 Check List
4.2 Tender Form-1 (Cover Letter)
4.3 Tender Form-2 (General information of the Tenderer)
Signature of Tenderer Page 14
Section Subject
4.4 Tender Form-3 (Power of Attorney)
4.5
Tender Form-4A (Minimum Eligibility)
Tender Form-4B (Technical Eligibility)
Tender Form-4C (Financial Eligibility)
4.6 (Broad methodology & Special Terms and Conditions for work)
Standard Documents applicable to all Tenders and Contracts
1 General Conditions of Contract Part-I (GCC-Pt I) Instructions to Tenderer & Regulations
2 General Conditions of Contract Part-II (GCC-Pt II)
3 Indian Railways Unified Standard Specifications (Works & Materials) Volume I & II and USSOR
PACKET II – FINANCIAL BID
1 COVER PAGE
2 SCHEDULE OF RATE & QUANTITIES
2.2 SUBMISSION OF TENDERS:
2.2.1 (A)
The offer is to be submitted in two sealed envelopes with one envelope containing the Technical cum Commercial Bid duly superscibed with “Technical cum Commercial Bid (Packet– I) ,Name of work, Tender No. and date of opening and the other cover containing the Financial Bid duly superscibed with “Financial Bid (Packet– II),Name of work, Tender No. Packet-I shall contain the EMD, cost of tender form and the Technical cum Commercial Bid along with requisite documents/credentials. Packet-II shall contain the Financial Bid only. Both the envelopes should be again sealed in another large envelope duly super scribed with “Name of Work, Tender No. and Date of Opening”
(B) Packet – I (Technical cum Commercial Bid) The Technical cum Commercial Bid shall be accompanied with all the documents as mentioned in tender document in support of their eligibility.
(C) Packet– II(Financial Bid)
This envelope duly sealed will be clearly superscribed in bold letters with “Financial Bid (Packet – II), Name of Work, Tender No.,------------- and shall contain the Schedule of quantities with rates duly filled in words and figures. In case of ambiguity in rate in figures and words; the rate quoted in words will be considered.
2.2.2 Tender Documents can be collected from the office of the Dy Chief Engineer Bridge Line / Mahabat Khan Road/ Northern railway, Tilak Bridge, New Delhi-110002 i.e., between 10.00 hours & 15.00 hours from 24.08.2015 to
Signature of Tenderer Page 15
08.09.2015 & between 10.00 hours & 11.00 hours on 09.09.2015 on cash payment of 10,000/- (Rs Ten thousand only) for each set and Rs 10,500/- (Rs Ten thousand & five hundred only), if required by post. The cost of this Tender Form is not transferable or refundable. Request for tender by post must accompany draft of 10,500/- ( Ten thousand & five hundred only) in favour of FA&CAO/X/BH/NDLS Northern Railway, New Delhi.
2.2.3
Tender Documents are available on Northern Railway website i.e., www.nr.indianrailways.gov.in and the same can be downloaded and used as Tender Document for submitting the offer. This facility is available free of cost. However, the cost of Tender Document as indicated above in Para 2.2.2 will have to be deposited by the tenderer in the form of bank draft payable in favour of FA&CAO/X/BH/NDLS Northern Railway, New Delhi along with the Tender Document. This should be paid separately and not included in the Earnest Money. In case, the tender is not accompanied with the cost of the Tender Document as detailed above, the tender shall be summarily rejected.
2.2.4 The Tender Documents, consisting of TWO BIDS i.e., ‘TECHNICAL CUM COMMERCIAL BID’ and the “FINANCIAL BID”, duly sealed separately in smaller envelopes superscribed as Packet-I (Technical cum Commercial Bid) and Packet-II (Financial Bid) respectively along with the name of work, Tender No. and further sealed in a larger envelope superscribing the name of work , tender No. and date of opening, should be deposited in the Tender Box kept in the office of the Dy Chief Engineer /Bridge Line /Mahabat Khan Road/Northern railway, Tilak Bridge, New Delhi -110002 up to 15.00 hours on 09/09/2015. The Technical cum Commercial Bid will be opened thereafter at 15.15 hrs. Technical details & commercial conditions will be read out in the presence of such tenderer(s) as is/are present. Envelopes containing Financial Bids will be initialed along with date by tender opening members and these shall be further put together and sealed in a larger envelope indicating thereon name of work, tender no., name & address of bidders. The time, date and venue of opening of Financial Bids shall be notified to successful tenderer(s) after evaluation of Technical cum Commercial Bids. The same shall be opened on due date in the presence of the tenderers / their representatives if they wish to attend the same. Tenders which are received after the time and date specified above may not be considered. In case the scheduled date for opening of tenders is declared a holiday, the tenders will be opened on the next working day at the same time.
Signature of Tenderer Page 16
2.2.5
Tenders sealed and super scribed as aforesaid can also be sent by registered post addressed to the Dy Chief Engineer /Bridge Line /Mahabat Khan Road/Northern railway, Tilak Bridge, New Delhi -110002 on or before upto 15.00 hrs on 09/09/2015, but tenders received after the time and date specified in Para 2.2.4 above may not be considered. Any tender delivered or sent otherwise will be at the risk of the tenderer(s).
2.3 Tender Notice: Tender notice shall be published as per instructions issued on the subject by the Railway Board. Copy of tender notice as published in the newspapers should be pasted in section 2 of Tender document given in Annexure-I
2.4 e-Publishing: Tender notice and Tender Documents for open Tenders
uploaded on Northern Railway website: www.nr.indianrailways.gov.in for
general information purpose.
2.5 Validity of Tender: Tender must be open for the period as mentioned in
cover letter of Tender Document. Further extension to the validity of tender
shall be decided mutually.
2.6 Amendment of Tender Document: Before the deadlines for the submission
of Tender Document, Railway may modify the Tender Document by issuing
Addendum/Corrigendum. Tenderers are advised to down load Tender
Documents well in advance to submit the Tender before the stipulated time.
However it is the responsibility of the Tenderer to check any correction or any
modifications (Addendum/Corrigendum) published subsequently in
newspapers as well as on web site and same shall be taken in to account
while submitting the Tender. Tenderer shall down load corrigendum (if any)
print it out, sign and attach it with main Tender Document. Railway will not be
responsible for any postal delay. Railways may at their discretion extend as
necessary, the dead line for submission of Tender Document.
3.0 Care in Submission of Tenders: Before submitting a tender, the Tenderer
will be deemed to have satisfied himself by actual inspection of the site and
locality of the works, that all conditions liable to be encountered during the
execution of the works are taken into account and that the rates he enters in
the tender forms are adequate and all inclusive to accord with the provisions
in Clause-37 of the Standard General Conditions of Contract Part-II for
the completion of works to the entire satisfaction of the Engineer. When work
is tendered for by a firm or company, the tender shall be signed by the
individual legally authorized signatory to enter into commitments on
their behalf.
3.1 Tenderer Constitution and requirement of Authorize Signatory: The
tenderer/s who are constituents of firm, company, Joint Venture (JV)
association or society must forward attested copies of the constitution of
their concern, partnership deed and power of attorney with their tender
as per Tender form 3 of Tender Document. Tender documents in such
Signature of Tenderer Page 17
cases are to be signed by such persons (as may be legally competent to sign
them on behalf of the firm, company, JV association or society as the case
may be). The Railway will not be bound by any power of attorney granted by
the tenderer/s or by changes in the composition of the firm made subsequent
to the award of the contract. Para 5 of Annexure VII specifies the action to
be taken in such matters. The cost of such action, including legal advice will
be chargeable to the Tenderer/ contractor. The mode of execution of the
Power of Attorney should be in accordance with the procedure, if any, laid
down by the applicable law and the charter documents of the executants(s)
and when it is so required the same should be under common seal affixed in
accordance with the required procedure.(Please refer Para 3.7 and
Annexure VII also).
3.2 Cost of Tender Document: The cost of Tender Document is Rs. 10000/-
(Rs. TenThousand Only ) per set ( Rs. 500/- extra if required by post ). .
It should be in the form of cash receipt (deposited with Chief Cashier/
Northern Railway /Delhi & Pay Master of the Northen Railway ) or Demand
draft in favour of FA&CAO/X/BH/NDLS/ Northern Railway. Cost of Tender
document is not refundable. Failure to deposit cost of tender document
will lead to summarily rejection of tender.
3.3 Earnest Money: 3.3.1 The Tenderer shall be required to deposit Earnest Money with the Tender for
the due performance with the stipulation to keep the offer open till such date as specified in the Tender,. The earnest money shall be as under:
Value Of The Work Earnest Money Deposit (EMD)
A. For works estimated to cost up to Rs. 1 Crore
2% of the estimated cost of the work
B. For works estimated to cost more than Rs. 1 Crore
Rs. 2 lakh plus ½% (half percent) of the excess of the estimated cost of work beyond Rs.1 Crore subject to a maximum of Rs. 1 Crore
3.3.2 The earnest money shall be rounded to the nearest Rs.10. This earnest money
shall be applicable for all modes of tendering i.e. Open, Limited, Special limited &
single tender
3.3.3 It shall be understood that the tender documents have been sold or issued or
down loaded from railway website to the tenderer and the tenderer is permitted to
tender in consideration of stipulation on his part, that after submitting his tender
he will not resile from his offer or modify the terms and conditions thereof in a
manner not acceptable to the Engineer. Should the tenderer fail to observe or
comply with the said stipulation, the aforesaid amount will be forfeited to the
Railway.
Signature of Tenderer Page 18
3.3.4 If his tender is accepted this earnest money mentioned in sub clause (3.3) above
will be retained as part of security for the due and faithful fulfillment of the
contract in terms of Clause 16 (Security Deposit) of the Standard General
Conditions of Contract Part-II. The Earnest Money of other Tenderers shall be
returned to them, but the Railway shall not be responsible for any loss or
depreciation that may happen thereto while in their possession, nor be liable to
pay interest thereon.
3.3.5 The Earnest Money should be in cash or Banker Cheques or demand drafts in
favour of FA&CAO/X/BH/NDLS/ Northern Railway) executed by State Bank of
India or any of the Nationalized Banks or by a Scheduled Bank.
3.3.6 If the tender is accepted, the amount of earnest money will be retained as part of
security deposit for due and faithful fulfillment of the contract. The security
deposit will be refunded after successful completion of work on expiry of
maintenance period.
3.3.7 The earnest money of unsuccessful tenderer/s will, be returned within a
reasonable time, but Railway shall not be responsible for any loss or depreciation
that happen to the earnest money while in Railway possession nor will it be liable
to pay interest thereon.
3.4 Similar Nature of Work
The Similar nature of work is defined in tender notice & Section 3 of Tender
Document.
3.5 Minimum Eligibility Criteria:
3.5.1 Tenderer/s shall be eligible only if He/They fulfill minimum eligibility criteria of
having received total contract amount during the last three financial years and in
the current financial year with a minimum of 150% of the advertised tender
value.
3.5.2 Authentic certificates shall be produced by the Tenderer(s) to this effect which
may be an attested certificate from the employer/client, Audited balance sheet
duly certified by the Chartered accountant etc. please refer Tender form 4A.
3.6 Eligibility criteria: The tenderer/s will be required to meet the following eligibility
criteria for which financial credentials to be submitted By Tenderer/s, along with
Tender Documents .
3.6.1 Technical Eligibility Criteria: As a proof of technical experience/competence,
the tenderer should submit details as per Tender Form 4B of Annexure-I
demonstrating successful physical completion of at least one single work
for a minimum value of 35% of advertised tender value of similar nature,
Signature of Tenderer Page 19
inclusive of the cost of cement and steel, in last three financial years (i.e. Current
year and three previous years) from the date of opening of the tender.
3.6.2 Financial Eligibility Criteria: As a proof of financial capacity, the Tenderer(s)
should submit details as per Tender Form 4C of Annexure-I demonstrating that
the tenderer/s have received total contractual payments against all
completed/ongoing works of all types (not confined to only similar works)
during the last three financial years and in the current financial year (from
the date of opening of the tender) of a value not less than 150% of the
advertised cost of work including the cost of cement and steel. Authentic
certificates like Form 16A issued by Payment Disbursing Authority (other than
Private Individual/Firms), audited balance sheet showing contractual receipts from
Govt/Semi Govt. organizations duly certified by the Chartered accountant etc. for
each Financial Year must be attached.
3.6.3 Tender inviting authority at their own discretion may specify the minimum
requirement and may accordingly call for additional information in regard to
organizational resources and/or availability of requisite tools plants and
machinery for the subject work. In this case, the tenderer/s shall submit the
following documents along with his/their tender
a. List of plant and machinery available on hand (own) and proposed to be
inducted (own & hired to be given separately) for the subject work
(Annexure –VIII).
b. A list of personnel, organization available on hand and proposed to be
engaged for the subject work (Annexure –IX)
Note: (i) In case of Para 3.5 and 3.6 above, supportive documents / certificates
from the organizations with whom they worked/are working should be
enclosed.
(ii) Certificates from the private individuals/Firms for whom such works
have been executed/being executed shall not be accepted.
3.7. Documents for Eligibility in case of constitution of firm by The Partnership firm/JV/Society/Companies etc:
3.7.1 Partnership Deeds, Power Of Attorney etc.:
(i) The tenderer shall clearly specify whether the tender is submitted on his own or
on behalf of a partnership firm/ Joint Venture (JV) /Society etc. The Tenderer (s)
who is/ are constituents of firm, company, Association or Society shall enclose
self-attested copies of the constitution of their concern, Partnership Deed and
Power of Attorney along with their tender. Tender Documents in such cases shall
to be signed by such persons as may be legally competent to sign them on
behalf of the firm, Company, Association or Society, as the case may be.
Signature of Tenderer Page 20
(ii) The Tenderer shall give full details of the constitution of the
firm/JV/Company/Society etc and shall also submit following documents (as
applicable), in addition to documents mentioned above:
3.7.2 Sole proprietor Firm: The Tenderer shall submit the notarized copy of affidavit.
3.7.3 Partnership Firm: The Tenderer shall submit self-attested copies of (i) registered/
notarized partnership deed and (ii) Power of attorney duly authorizing one or more of
the partners of the firm or any other person (s), authorized by all the partners to act on
behalf of the firm and to submit & sign the tender, sign the Agreement, witness
measurements, sign measurement books, receive payment, make correspondences,
compromise, settle/ relinquish any claim (s) preferred by the firm, sign “No Claim”
certificate, refer all or any dispute to arbitration and to take similar action in respect of all
tender/ Contract. Guidelines regarding tenders by Partnership Firms and their
Eligibility Criteria reproduce as Annexure-VII.
“Any tender submitted by a partnership firm without enclosing self attested copy of registered/ notarized partnership deal as noted above shall be summarily rejected. Similarly any tender, submitted by partnership firm, whose partnership deed does not have specific authorization for signatory to sign the tender and also not accompanied by power of attorney duly authorizing the signatory (as noted above) shall be summarily rejected. Specific Authorization noted in partnership deed however may be entertained in place of power of attorney noted above.”
3.7.4 Joint Venture (JV): Guidelines regarding for Participation of Joint Venture
Firms in Works Tender are as detailed below and as amended from time to
time. ( Applicable for adv. value of tender above 10 Cr )
This Clause shall be applicable for works tenders of value as approved and
communicated by Railway Board from time to time.
(i) Separate identity/name shall be given to the Joint Venture Firm.
(ii) Number of members in a JV Firm shall not be more than three, if the work involves only one department (say Civil or S&T or Electrical or Mechanical) and shall not be more than five, if the work involves more than one department.
(iii) A member of JV Firm shall not be permitted to participate either in individual capacity or as a member of another JV Firm in the same tender.
(iv) The tender form shall be purchased and submitted only in the name of the JV
Firm and not in the name of any constituent member.
(v) Joint venture Firm shall be required to submit Earnest money Deposit
(EMD) along with the tender in terms of provision contained in Para 3.3
(Earnest Money) of Part-I of GCC.
(vi) One of the members of the JV Firm shall be its Lead Member who shall have a
majority (at least 51%) share of interest in the JV Firm and also, must have
Signature of Tenderer Page 21
satisfactorily completed in the last three previous financial years and the current
financial year up to the date of opening of the tender, one similar single work for
a minimum value of 35% of advertised tender value. The other members shall
have a share of not less than 20% each in case of JV Firms with up to three
members and not less than 10% each in case of JV Firms with more than three
members. In case of JV Firm with foreign member(s), the Lead Member has to
be an Indian Firm with a minimum share of 51%.
(vii) A Copy of Memorandum of Understanding (MOU) executed by the JV members
shall be submitted by the JV Firm along with the tender as per annexure - XXI.
The complete details of the members of the JV Firm, their share and
responsibility in the JV Firm etc. particularly with reference to financial, technical
and other obligations shall be furnished in the MOU
(viii) Once the tender is submitted, the MOU shall not be modified / altered /
terminated during the validity of the tender. In case the tenderer fails to
observe/comply with this stipulation, the full Earnest Money Deposit (EMD) shall
be liable to be forfeited.
(ix) Approval for change of constitution of JV Firm shall be at the sole discretion of
the Employer (Railways). The constitution of the JV Firm shall not be allowed to
be modified after submission of the tender bid by the JV Firm, except when
modification becomes inevitable due to succession laws etc. and in any case the
minimum eligibility criteria should not get vitiated. However, the Lead Member
shall continue to be the Lead Member of the JV Firm. Failure to observe this
requirement would render the offer invalid.
(x) Similarly, after the contract is awarded, the constitution of JV Firm shall not be
allowed to be altered during the currency of contract except when modification
become inevitable due to succession laws etc. and in any case the minimum
eligibility criteria should not get vitiated. Failure to observe this stipulation shall be
deemed to be breach of contract with all consequential penal action as per
contract conditions.
(xi) On award of contract to a JV Firm, a single Performance Guarantee shall be
submitted by the JV Firm as per tender conditions. All the Guarantees like
Performance Guarantee, Bank Guarantee for Mobilization Advance, Machinery
Advance etc. shall be accepted only in the name of the JV Firm and no splitting
of guarantees amongst the members of the JV Firm shall be permitted.
(xii) On issue of LOA (Letter Of Acceptance), an agreement among the members of
the JV Firm (to whom the work has been awarded) shall be executed and got
registered before the Registrar of the Companies under Companies Act or before
the Registrar/Sub-Registrar under the Registration Act, 1908. This JV Agreement
Signature of Tenderer Page 22
shall be submitted by the JV Firm to the Railways before signing the contract
agreement for the work. In case the tenderer fails to observe/comply with this
stipulation, the full Earnest Money Deposit (EMD) shall be forfeited and other
penal actions due shall be taken against partners of the JV and the JV. This Joint
Venture Agreement shall have, inter-alia, following Clauses:
(a) Joint And Several Liability – Members of the JV Firm to which the contract is
awarded, shall be jointly and severally liable to the Employer (Railways) for
execution of the project in accordance with General and Special Conditions of
Contract. The JV members shall also be liable jointly and severally for the loss,
damages caused to the Railways during the course of execution of the contract
or due to non-execution of the contract or part thereof.
(b) Duration of the Joint Venture Agreement – It shall be valid during the entire
currency of the contract including the period of extension, if any and the
maintenance period after the work is completed.
(c) Governing Laws – The Joint Venture Agreement shall in all respect be governed
by and interpreted in accordance with Indian Laws.
(d) Authorized Member – Joint Venture members shall authorize one of the
members on behalf of the Joint Venture Firm to deal with the tender, sign the
agreement or enter into contract in respect of the said tender, to receive
payment, to witness joint measurement of work done, to sign measurement
books and similar such action in respect of the said tender/contract. All
notices/correspondences with respect to the contract would be sent only to this
authorized member of the JV Firm.
(xiii) No member of the Joint Venture Firm shall have the right to assign or transfer the
interest right or liability in the contract without the written consent of the other
members and that of the employer (Railways) in respect of the said
tender/contract.
(xiv) Documents to be enclosed by the JV Firm along with the tender:
(a) In case one or more of the members of the JV Firm is/are partnership firm(s),
following documents shall be submitted:
1. Notary certified copy of the Partnership Deed,
2. Consent of all the partners to enter into the Joint Venture Agreement on a stamp
paper of appropriate value (in original).
3. Power of Attorney (duly registered as per prevailing law) in favour of one of the
partners of the partnership firm to sign the JV Agreement on behalf of the
partnership firm and create liability against the firm.
Signature of Tenderer Page 23
(b) In case one or more members is/are Proprietary Firm or HUF, the following documents
shall be enclosed:
Affidavit on Stamp Paper of appropriate value declaring that his/her Concern is a
Proprietary Concern and he/she is sole proprietor of the Concern OR he/she is in
position of “KARTA” of Hindu Undivided Family (HUF) and he/she has the
authority, power and consent given by other partners to act on behalf of HUF.
(c) In case one or more members is/are limited companies, the following
documents shall be submitted:
(S) Notary certified copy of resolutions of the Directors of the Company, permitting
the company to enter into a JV agreement, authorizing MD or one of the Directors
or Managers of the Company to sign JV Agreement, such other documents
required to be signed on behalf of the Company and enter into liability against the
company and/or do any other act on behalf of the company.
(ii) Copy of Memorandum and Articles of Association of the Company.
(S) Power of Attorney (duly registered as per prevailing law) by the Company
authorizing the person to do/act mentioned in the Para (a) above.
(d) All the Members of JV shall certify that they are not black listed or debarred by
Railways or any other Ministry/Department of the Govt. of India/State Govt. from
participation in tenders/contract on the date of opening of bids either in their
individual capacity as members of the JV or the JV Firm in which they were/are
members.
(xv) Credentials & Qualifying Criteria: Technical and financial eligibility of the JV Firm
shall be adjudged based on satisfactory fulfillment of the following criteria:
(xvi) Technical Eligibility Criteria (‘a’ or ‘b’ mentioned hereunder) :
(S) Either the JV Firm or Lead Member of the JV Firm must have satisfactorily
completed in the last three previous financial years and the current financial year
up to the date of opening of the tender, one similar single work for a minimum of
35% of advertised value of the tender.
OR
(b) (i) In case of composite works (e.g. works involving more than one distinct
component, such as Civil Engineering works, S&T works, Electrical works, OHE
works etc. and in the case of major bridges – substructure, superstructure etc.),
for each component, at least 35% of the value of any of such components
individually for single similar nature of work should have been satisfactorily
completed by the JV Firm or by any member of the JV Firm in the previous three
financial years and the current financial year up to the date of opening of tender.
The member satisfying technical eligibility criteria for the largest component of
the work shall be the Lead Member and that Member shall have a majority (at
Signature of Tenderer Page 24
least 51%) share of interest in the JV Firm.
(ii) In such cases, what constitutes a component in a composite work shall be
clearly pre-defined with estimated tender cost of it, as part of the tender
documents without any ambiguity. Any work or set of works shall be considered
to be a separate component, only when cost of the component is more than Rs. 2
crore each.
(iii) However, as long as the JV Firm or any member of the JV Firm meets
with the requirements’, in one or more components of the work, and has
completed a minimum of 35% of the advertised value of the tender for the same
value of the component, and resultantly, all the members of the JV collectively,
then meet the prescribed technical eligibility criteria, the JV shall stand technically
qualified.
Note : Value of a completed work done by a Member in an earlier JV Firm shall be
reckoned only to the extent of the concerned member’s share in that JV Firm for
the purpose of satisfying his/her compliance to the above mentioned technical
eligibility criteria in the tender under consideration.
(xvii) Financial Eligibility Criteria: The contractual payments received by the JV Firm
or the arithmetic sum of contractual payments received by all the members of
JV Firm in the previous three financial years and the current financial year up to
the date of opening of tender shall be at least 150% of the estimated value of
the work as mentioned in the tender.
Note : Contractual payment received by a Member in an earlier JV Firm shall be
reckoned only to the extent of the concerned member’s share in that JV Firm for
the purpose of satisfying compliance of the above mentioned financial eligibility
criteria in tender under consideration.
3.7.5 Company registered under companies Act 1956: The tenderer shall submit (i)
the copies of MOA (Memorandum of Association) and AOA (Article of
Association) of the company; and (ii) Power of Attorney duly registered/
Notarized by the company (backed by the resolution of Board of Directors) in
favour of the individual, signing the tender on behalf of the company.
3.7.6 Society: The tenderer shall submit
(S) Self attested copy of certificate of registration,
(ii) Deed of formation and
(S) Power of Attorney in favour of the tender signatory.
Signature of Tenderer Page 25
If it is mentioned in the tender that it is being submitted on behalf of / by a Sole
Proprietorship firm / Partnership Firm/ Joint Venture/ Registered Company etc.
But above mentioned document/ s (as applicable) are not enclosed along
with tender, the tender shall be summarily rejected.
If it is NOT mentioned in the tender that it is being submitted on behalf of / by
a Sole Proprietorship Firm/ Joint Venture/ Registered Company etc. then tender
shall be treated as having been submitted by the individual who has signed the
tender.
After opening of the tender, any document pertaining to the constitution of the
firm/ JV/Society etc shall neither be asked nor be entertained/ considered.
(iv) A tender from JV/ Consortium/ Partnership Firm etc. shall be considered only
where permissible as per tender conditions.
The Railway will not be bound by any Power of Attorney granted by the tenderer or by change in the composition of the firm made subsequent to the submission of tender. It may, however, recognize such Power of Attorney and charges after obtaining proper legal advice, the cost of which will be chargeable to the tenderer/contractor.
3.7.7 Tenderer shall be required to submit all Documents in support of fulfillment of
eligibility criteria along with the Tender Document and should be available at the
time of tender opening “Please note that tender shall be evaluated based
only upon document submitted with tender offer. Document submitted after
opening of tender shall not be considered for evaluation”.
(a) Proof of Technical Eligibility: Letter of Acceptance, Completion Certificate and
Constitution of firm working out percentage w.r.t. work proposed for
consideration to this work.
(b) Proof of Financial Eligibility: Form 16A issued by Payment Disbursing
Authority (other than Private Individual/ Firms) for each Financial Year.
(c) General information of the Tenderer on Tender Form no: 2
(d) Power of Attorney for Authorized Signatory Tender Form no: 3
(e) Check List under Section 4.1 duly filled
(f) Partnership and the charter documents of the executants(s)
3.8 Test of Responsiveness: Railway will determine whether each such proposal is
‘responsive to the requirement of the Tender Documents. A Tender/Proposal
shall be considered ‘responsive’ if only:
(i) Tender Document received by the due date & time of submission of Tender
Documents;
(ii) Tender Document contains information complete in all respect as required in the
Tender Document;
Signature of Tenderer Page 26
(iii) Tender Document Bound, Sealed and marked as stipulated and there is no loose
sheet.
(iv) Tender Document accompanied with required Earnest Money.
(v) Tender Document accompanied with cost of Tender Document.
(vi) Tender Document accompanied with Power (s) of Attorney (ies).
(vii) Tender Document accompanied with check list duly filled up as prescribed
under section 4.1 of Tender Document.
(viii) All pages of the Tender Document are numbered serially & signed in Blue ink
by the Authorized Signatory.
(ix) Cover Letter (Tender Form-1) been signed by Authorized Signatory, Witness with
Seal & Common Seal.
Any of the above criteria is not fulfilled, in any manner whatsoever, the
Tender shall be treated as non- responsiveness. The Decision of Railway
Administration on the responsiveness of Tender shall be final, conclusive and
binding on the Tenderer and shall not be called into question by any Tenderer
on any ground whatsoever. Any Tender which is not responsive shall be
summarily rejected.
3.9 Conflict of Interest:
3.9.1 Railway Administration considers “Conflict of Interest”; to be a situation in which
party has interests that could improperly influence the Tendering process or that
party’s Performance of official duties or Responsibilities, Contractual
Obligations or Compliance of applicable laws and regulations. Any Tenderer(s),
which in the opinion of Railway Administration has or may have the likelihood of
a conflict of interest, shall be disqualified. Without limiting the generality of the
above, a Tenderer shall be considered to have a conflict of interest that affects
the Tendering process, if;
(a) Such Tenderer, its Member (In case of Partnership firm) or any of its
Constituents and any other Tenderer for the same work, its Member or any of
its constituents have cross ownership interest; provided that this disqualification
shall not apply in case the direct or indirect ownership/Shareholding (of paid up
and subscribed shares) of a Tenderer, its Member or any of its constituent in
the other Tenderer, its Member or any of its constituent is less than 10% (Ten
percent); or
(b) Such Tenderer or a Member of such Tenderer is also a member of another
Tenderer for the same work; or
(c) Such Tenderer has the same authorized Signatory/ representative for a tender
as any other Tenderer for the same work; or
Signature of Tenderer Page 27
(d) Such Tenderer, its Member or any of its Constituent has participated as
consultant to Railway in the preparation of any document, design or technical
specifications for the same work; or
(e) If legal, financial or technical advisor of Railway for the same work is or has
been engaged by Tenderer, its Member or any of its Constituent in any manner
for matters related to or incidental to the same work during or prior to the
Tendering process up to the signing of Agreement; or
(f) Such Tenderer, its Member or any of its Constituent and the consultant of
Railway for the same work, its Member or any of its Constituent have cross
ownership interest; provided that this disqualification shall not apply in cases
the direct or indirect ownership/ shareholding (of its paid up and subscribed
shares) of a tenderer, its Member or any of its Constituents in the consultant of
Railway for this work, its Member or any of its Constituent, or vice versa, is less
than 10% (ten percent); or
(g) Such Tenderer, its Member or any Constituent thereof received or has received
any direct or indirect subsidy, grant, concessional loan or subordinated debt
from any other Tenderer for the same work, its Member or Constituent, or has
provided any such subsidy, grant concessional loan or subordinated debt to
any other Tenderer for the same work, its Member or any Constituent thereof;
or
(h) Such Tenderer, or any Constituent thereof, has a relationship with any other
Tenderer for the same work, or any Constituent thereof, directly or through
common third party/parties, that puts either or both of them in a position to have
access to each other’s’ information about, or to influence the Tender of either or
each other for the same work.
3.9.2 Disqualification specified under sub clause 3.9.1 (a) to (h) shall not apply to the
Tenderer or its Member of both Public and Private unless and until such
Tenderer or its Member is a Constituent of another Tenderer or its Member or
Railway Consultant for the same work.
3.9.3 Tenderer/ Each Member of the firm shall submit the following documents on the
basis of which it has arrived at the conclusion that it does not have any Conflict of
interest:
i. List of Constituents along with their shareholding and registered office address;
ii. The details of each of shareholders holding more than 10% in the firm, each of
its members and their Constituents;
iii. A chart showing the relationship of the Tenderer/Members of the firm with their
respective constituents.
Signature of Tenderer Page 28
3.9.4 Notwithstanding anything contained herein above, Railway may, after opening of
Tender, seek a reconfirmation that there is no conflict of interest among the
Tenderer, Members and / or Constituents of the Tenderer/ Members of the firm,
within a period to be stipulated by Railway. Railway will also seek reconfirmation
from its legal, financial or technical advisors that there is no conflict of interest
with Tenderers.
3.10 Fraud &Corrupt Practice:
3.10.1 The Tenderer and their representative officers, employee, agents and advisors
shall observe the highest standard of ethics during the Tenderering process and
subsequent to the issue of the LOA during the substance of the Agreement.
Notwithstanding anything to contrary contained herein or in the LOA or the
Agreement, Railway shall reject the Tender, Withdraw the LOA, or Terminate the
Agreement, as the case may be, without being liable in any manner whatsoever
to the selected Tenderer, if it determines that the selected Tenderer, as the case
may be has directly or indirectly or through agent, engaged in corrupt practice,
fraudulent practice, Coercive practice, undesirable practice or restrictive practice
in the Tendering process. In such an event, in addition to exercise of its right of
Termination, Railway shall forfeit and appropriate the contract security or
Performance Guarantee as the case may be, as mutually agreed genuine pre-
estimation compensation and damage payable to Railway towards, inter alia,
time, cost and effort of Railway, without prejudice to any other right or remedy
that may be available to Railway hereunder or otherwise.
3.10.2 Without prejudice to the right of Railway hereinabove and the rights and
remedies which Railway may have under the LOA or the Agreement, if the
Tenderer/Contractor, as the case may be, is found by Railway to have directly or
indirectly or through an agent, engaged or indulged in any corrupt practice,
fraudulent practice, coercive practice, undesirable practice or restrictive practice
during the Tenderering process, or after the issue of LOA or the execution of
Agreement, such Tenderer, Members and Contractor shall not be eligible to
participate in any Tender issued by Northern Railway during a period of 02
(Two) years from the date such Tenderer, Member or Contractor, as the case
may be, is found by Railway to have directly or indirectly or through an agent,
engaged or indulged in any corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practice, as the case may be.
3.10.3 For the purposes of this clause, the following terms shall have the meanings
hereinafter respectively assigned to them;
(i) “Corrupt Practice” means the offering, giving, receiving or soliciting, directly or
indirectly of anything of value to influence the action of any person connecting
with the Tendering process(for avoidance of doubt, offering employment to or
Signature of Tenderer Page 29
employing or engaging in any manner whatsoever, directly or indirectly, any
official of Railway who is or has been associated in any manner, directly or
indirectly with the Tendering process or the LOA or has dealt with matters
concerning the Agreement or arising there from, before or after the execution
thereof, at any time prior to the expiry of one year from date such official resigns
or retires from or otherwise ceases to be in the service of Railway, shall be
deemed to constitute influencing the actions of a person connected with the
Tendering process), or
Engaging in any manner whatsoever, whether during Tendering process or after the
issue of the LOA or after execution of Agreement, as the case may be, any person
in respect of in respect of any matters relating to the work or the LOA or the
Agreement, who at any time has been or is a legal, financial or technical advisor of
Railway in relation to any matter concerning to work.
(ii) “Fraudulent practice” means a misrepresentation or Omission of facts or
suppression of facts or disclosure of incomplete facts, in order to influence the
Tendering process;
(S) “Coercive Practice” means impairing or harming, or threatening to impair or harm,
directly or indirectly, any person or property to influence any person’s participation or
action in the Tendering process;
(S) “Undesirable Practice” means establishing contract with any person connected with or
employed or engaged by Railway and/ or the Ministry of Railways and / or any Ministry
or Department, Authority or body whether statutory or non-statutory that may be
concerned or connected, in any manner whatsoever, with this work, with the objective
of canvassing, lobbying, seeking intervention in or in any manner influencing or
attempting to influence the Tendering process; or having a conflicted of interest; and
(v) “Restrictive Practice” means forming a cartel or arriving at any understanding or
arrangement among Tenderers with the objective of restricting or manipulating a full and
fair completion in the Tendering process.
3.11 Confidentiality: Information relating to the examination, clarification, evolution
and recommendation for the Tenderer shall not be disclosed to any person, who
is not officially concerned with the process or is not retained professional advisor
Advising Railway, in relation to, or matter arising out of, or concerning the
Tendering process. Railway will treat all information submitted as part of the
Tender, in confidence and will require all those who have access to such material
to treat the same in confidence. Railway may not divulge any such information
unless it is directed to do so by a Court of Law and/ or any statutory entity that
has the power under Law to require its disclosure.
3.12 Employment/ Partnership etc. of Retired Railway Employee: Should a
Tenderer be a retired engineer of the Gazetted rank or any other Gazetted officer
Signature of Tenderer Page 30
working before his retirement, whether in the executive or administrative capacity
or whether holding a pensionable post or not, in the Engineering or any other
department of any of the railways owned and administered by the President of
India for the time being, or should a Tenderer being partnership firm have as one
of its partners a retired engineer or retired Gazetted Officer as aforesaid, or
should a Tenderer being an incorporated company have any such retired
engineer or retired officer as one of its Directors or should a Tenderer have in his
employment any retired Engineer or retired Gazetted Officer as aforesaid, the full
information as to the date of retirement of such Engineer or Gazetted Officer from
the said service and in case where such Engineer or Officer had not retired from
Government service at least 2 years prior to the date of submission of the tender
as to whether permission for taking such contract, or if the contractor be a
partnership firm or an incorporated company, to become a partner or Director as
the case may be, or to take the employment under the contractor, has been
obtained by the Tenderer or the Engineer or Officer, as the case may be from the
President of India or any officer, duly authorized by him in this behalf, shall be
clearly stated in writing at the time of submitting the tender. Tenders without the
information above referred to or a statement to the effect that no such retired
Engineer or retired Gazetted Officer is so associated with the Tenderer, as the
case may be, shall be rejected.
3.12.1 Should a Tenderer or contractor being an individual on the list of approved
Contractors, have a relative(s) or in the case of partnership firm or company of
contractors one or more of his shareholder(s) or a relative(s) of the
shareholder(s) employed in Gazetted capacity in the Engineering or any other
department of the Northern Railway, the authority inviting tenders shall be
informed of the fact at the time of submission of tender, failing which the tender
may be disqualified/rejected or if such fact subsequently comes to light, the
contract may be rescinded in accordance with provision in Clause 62 of
Standard General Conditions of Contract.
3.13 Miscellaneous: The Tendering process shall be governed by and construed in accordance with the Laws of India and the Courts at……. Shall have exclusive jurisdiction over all disputes arising under pursuant to and/ or in connection with the Tendering process.
Railway in its sole discretion and without incurring any obligation or liability reserves the right at any time to;
(i) Suspend or cancel the Tendering process and /or amend and/ or Supplement the Tendering process or modify the dates or other terms & condition relating thereto;
(ii) Consult with any Tenderer in order to receive clarifications or further information;
(iii) Retain any information and /or evidence submitted to Railway by, on behalf of,
and/ or in relation to any Tenderer, and / or.
Signature of Tenderer Page 31
(iv) Independently verify, disqualify, reject and/ or accept any and all submission or
other information and/ or evidence submitted by or on behalf of any Tenderer.
3.13.1 No Tenderer should tender for the work for speculative purposes. Once the
Tender Documents is submitted, no change shall be permitted in the equity
participation in the work of the Tenderer or Member of the firm except as
expressly otherwise provided in the Tender Documents. Any breach of this
condition shall lead to rejection of the Tender and /or termination of Agreement.
3.13.2 No assignment, Sale, Transfer, Conveyance of the work shall be permitted
except as otherwise expressly provided in the Tender Documents. Any breach of
this condition shall lead to rejection of the Tender and /or termination of
Agreement.
3.13.3 For the sake of clarity, the Tenderer (s) may note that in case there are any
obligation (s) or condition ()s) imposed on them under a particular clause
of any part of the Tender Documents, which includes the forms, and on a
similar issue some additional conditions are mentioned under another
clause of any other part of the Tender Documents, which includes the
forms, then all the conditions and/ or obligations should be read in
conjunction with each other and all of them have to be fulfilled.
3.13.4 It shall be deemed that by submitting the Tender, the Tenderer agrees and
releases Railway, its employees, agents, consultants and advisers, irrevocably,
unconditionally, fully and finally from any and all liability for claims, losses,
damages, costs, expenses or liabilities in any way related to or arising from the
exercise of any rights and/ or performance of any obligations hereunder,
pursuant hereto and/ or in connection herewith and waives any and all right and/
or claims it may have in their respect, whether actual or contingent, whether
present or future. No claim of any nature and to any extent whatsoever shall be
made by any Tenderer against Railway, its employees, agents, consultants and
advisers.
3.13.5 The Tender Documents including all attached documents are and shall remain
the property of Railway and are transmitted to the Tenderer solely for the
purpose of preparation and submission of the Tender in accordance herewith.
Tenderer are to treat all information as strictly confidential and shall not use it for
any purpose other than for the preparation and submission of their Tenders.
Railway will not return any Tender or any information provided to it by the
Tenderers.
3.14 Preparation & Submission of Document: The Tenderer will be deemed to visit
the site and inspected the same to acquaint itself about all the existing site
conditions, Laws and regulations before submitting his/their Tender. Once the
Tender is submitted no Tenderer will be permitted to withdraw his/their Tender on
the ground of any alleged defect in the site or its conditions.
Signature of Tenderer Page 32
All the contents of the Tender should be typed or hand written in indelible blue
ink and signed by Tenderer/authorized signatory of the Tenderer who shall also
initial each page in Blue ink. The Tenderer requirement in the Tender, for
authorizing the signatory to commit the Tenderer. The power of attorney must
include the specimen signature of the authorized signatory duly attested by
authorized person under applicable laws.
3.15 Credential/ Approved list of contractors:
3.15.1 Works of construction and of supply of material shall be entrusted for execution
to contractors whose capabilities and financial status have been investigated and
approved to the satisfaction of the Railway. For this purpose, list of approved
contractors shall be maintained in the Railway. The said list be revised
periodically once in a year or so by giving wide publicity through advertisements
etc.
A Contractor including a contractor who is already on the approved list shall
apply to the nearest General Manager (Construction), Chief Administrative
Officer (Construction), Divisional Railway Manager, Chief Engineer/Chief
Engineer (Construction), Chief Signal & Telecommunication Engineer / Chief
Signal & Telecommunication Engineer (Construction) and Chief Electrical
Engineer / Chief Electrical Engineer (Construction), furnishing particulars
regarding :
(a) his position as an independent contractor specifying Engineering
organization available with details or Partners / Staff / Engineers employed
with qualifications and experience;
(b) his capacity to undertake and carry out works satisfactorily as vouched for by
a responsible official or firm, with details about the transport equipment’s,
construction tools and plants etc., required for the work maintained by him;
I his previous experience of works similar to that to be contracted for, in proof
of which original certificates or testimonials may be called for and their
genuineness verified, if needs be, by reference to the signatories thereof;
(d) his knowledge from actual personal investigation of the resources of the
area/zone or zones in which he offers to work;
(e) his ability to supervise the work personally or by competent and duly
authorized agent;
(f) his financial position;
(g) Authorized copy of the current Income-Tax Clearance Certificate.
3.15.2 An applicant shall clearly state the categories of works and the Area / Zone /
Division(s) / District(s) in which he desires registration in the list of approved
contractors.
Signature of Tenderer Page 33
3.15.3 The selection of contractors for enlistment in the approved list would be done by
a committee for different value slabs as notified by Railway.
3.15.4 An annual fee as prescribed by the Railway from time to time would be charged
from such approved contractors to cover the cost of sending notices to them and
clerkage for tenders etc.
3.15.5 The list of approved contractors would be treated as confidential office record.
4.0 Consideration of Tenders: Similar nature of work physically completed within
qualifying period i.e. last 3 financial year and current financial year (even though
the work might have been commenced before the qualifying period) should only
be considered in evaluating the eligibility criteria.
(i) The total value of similar nature of work completed during the qualifying
period and not the payment received within qualifying period alone should
be considered
In case, the final bill of similar nature of work has not been passed and
final measurements have not been recorded, the paid amount including
statutory deductions is to be considered. If final measurements have been
recorded and work has been completed with negative variations, then also
the paid amount including statutory deductions is to be considered.
However, if final measurements have been recorded and work been
completed with positive variations but variation has not been sanctioned,
original agreement value or last sanctioned agreement value
whichever is lower should be considered for judging eligibility.
(ii) In case of composite works involving combination of different
works, even separate completed works of required value should
be considered while evaluating the eligibility criteria.
For example, in a tender for bridge works where similar nature of work has
been defined as bridge works with pile foundation and PSC
superstructure, a tenderer, who had completed one bridge work with pile
foundation of value at least equal to 35% of tender value and also had
completed one bridge work with PSC superstructure of value at least
equal to 35% of tender value, will be considered as having fulfilled the
eligibility criterion of having completed single similar nature of work.
If a tenderer has completed a work of similar nature where cement and steel
was issued by department free of cost, tenderer must submit the completion
Signature of Tenderer Page 34
certificate indicating cost of these materials and total cost of work (including cost
of cement/steel) shall be considered to decide eligibility or otherwise.
4.1 Right of Railway to Deal with Tender: Notwithstanding anything contained in
Tender Document. Railway Administration reserves the right to accept or reject
any tender and to annul the Tendering process, and reject all Tenders at any
time during Tendering process, without thereby any liability to the affected
Tenderer (s) or any obligation to inform the affected Tenderer (s) for Railway
action. In the event Railway reject or annuls all the Tender (s), it may at its
discretion to invite fresh Tender.
4.2 Delayed and late tender: “Delayed Tender” Any Tender received before the time of opening but after due date & time of receipt of Tenders should also be opened with in the same manner as Tenders received before due date & time. “Late Tender” Tender received after the specified time and of opening should be opened by the concern Branch officer and marked distinctly preferably in red ink, prominently on the envelope as well as on Tender papers.
4.3 Opening of Tender: Railway Administration will open the Tenders received on the Tender submission date & time soon after the dead line for submission at place & time of opening as mentioned in section 1 of Tender form in presence of Tenderer or their authorized representative, who may choose to attend the opening. If date of tender opening is declared as Holiday, the Tender will be opened at the same time and place on next working day.
4.4 Conditional offer and Alternative proposal by Tenderer: Tenderers shall submit offers that fully comply with the requirements of the Tender documents including the conditions of contract, design and specification requirements if any. Conditional offer or alternative offers will not be considered in tender evaluation and will be summarily rejected. The Tenderer shall have no claims in this regard whatsoever.
“Any unconditional rebate offered by the tenderer should be mentioned on ‘Schedule of Quantities’ specifically. To attract the rebate mentioned each page of schedule may refer the note for the unconditional rebate mentioned in the end. Any rebate mentioned at any other place in tender document shall not be considered. The unconditional rebate mentioned in “Scheduled of Quantities” shall be considered while evaluation of bid.”
4.5 Withdrawal of Offer: No Tender offer can be withdrawn in the interval between the after due date & time of submission and expiration of the Tender validity period. Withdrawal of offer during this period shall result in forfeiture of Tenderer Earnest money.
4.6 Omission, Discrepancies & Clarification: Should a Tenderer find discrepancies in or omissions from the drawings or any of the Tender Forms or should he be in doubt as to their meaning, he should at once notify the authority inviting tenders who may send a written instruction to all tenders. It shall be understood that every endeavor has been made to avoid any error which can
Signature of Tenderer Page 35
materially affect the basis of tender and successful Tenderer shall take upon himself and provide for the risk of any error which may subsequently be discovered and shall make no subsequent claim on account thereof. To assist in the examination, evaluation and comparison of offers received, the Railway may at their discretion, ask any Tenderer for clarification on attached document with their Tender. The request for clarification and the response shall be in writing or by FAX but no change in the price or substance of the Tender shall be sought, offered, or permitted.
4.7 Evaluation of Tender/ Bids: In case of Tenderer has submitted their tender with earnest money in the shape of cash/ Demand draft/ Banker Cheque shall be deposited in Railway Account. Eligibility proposals that are found to be responsive will be evaluated by Railway to check whether he/they meet the Eligibility Criteria as laid down in section 4.5(Tender form 4) of tender document. Thereafter declaration about not having conflict of interest, that Tender does not contain any condition and other relevant documents attached with Tender Document may be verified by Railway. To facilitate evaluation Railway may at its sole discretion, seek clarifications in writing from any Tenderer on the attached documents in the format as considered appropriate by Railway. Notwithstanding anything to the contrary contained in the Tender Documents. Railway may, at its sole discretion, waive any minor infirmity, non-conformity or irregularity in a Tender Document that does not constitute a material deviation and that does not prejudice or affect the relative position of any Tenderer, provided it confirms to all the terms, condition of Tender Documents without any material deviation, objection, conditionality or reservations.
“No post tender correspondence for submission of additional documents shall be entertained after opening of the Technical & Commercial offers. Even suo-moto post tender letters of the tenders shall be treated as NULL & Void.”
4.8 Acceptance of Tender: The authority for the acceptance of the tender will rest
with the Competent Authority to whom the power to accept the tender has been
delegated who does not bind himself to accept the lowest or any other tender nor
does he undertake to assign reasons for declining to consider any particular
tender or tenders. He also reserves the right to accept the tender in whole or in
part or to divide the tender amongst more than one tenderer if deemed
necessary. The Tenderers including the lowest tenderer, tenderer shall have no
claims in this regard.
4.9 Communication of Acceptance: After the Acceptance, a letter of Acceptance
(“LOA”) shall be issued within 02 days, in duplicate copies by Railway to
technically, Financially and legally suitable Tenderer, the Tenderer shall sign and
return the duplicate copy of the LOA in acknowledgement thereof to Railway
within 7 (Seven) days of the receipt of LOA,.
5.0 Contract Document:
5.1 Execution of Agreement: The Tenderer whose tender is accepted shall be
required to appear in person at the office of Dy Chief Engineer /Bridge/Line/Tilak
Signature of Tenderer Page 36
Bridge/ Northern Railway/New Delhi or concerned Engineer, as the case may
be, or if a firm or corporation, a duly authorized representative shall so appear
and execute the contract documents within 7 days after notice that the contract
has been awarded to him. Failure to do so shall constitute a breach of the
agreement affected by the acceptance of the tender in which case the full value
of the earnest money accompanying the tender shall stand forfeited without
prejudice to any other rights or remedies.
In the event of any tenderer whose tender is accepted shall refuse to execute the
contract document as here in before provided, the Railway may determine that
such tenderer has abandoned the contract and there upon his tender and
acceptance thereof shall be treated as cancelled and the Railway shall be
entitled to forfeit the full amount of the Earnest Money.
5.2 Form of Contract Document: Every contract shall be complete in respect of
the document it shall so constitute. Not less than 5 copies of the contract
document shall be signed by the competent authority and the contractor and one
copy given to the contractor. (a) For Zone contracts, awarded on the basis of the percentage above or below the
Schedule of Rates and or NS items of Railway for the whole or part of financial
year, the contract agreement required to be executed by the tenderer whose
tender is accepted shall be as per specimen form, Annexure-II. During the
currency of the Zone Contract, work orders as per specimen form Annexure-III,
for works not exceeding Rs.2, 00,000 each, shall be issued by the Divisional
Railway Manager/Sr. Divisional Engineer/ Divisional Engineer under the
agreement for Zone Contract.
(b) For contracts for specific works, valued at more than Rs. 2, 00,000 the contract
document required to be executed by the tenderer whose tender is accepted
shall be either an Agreement as per specimen form Annexure-IV, or a work order
as per specimen form Annexure-V& VI as may be prescribed by the Railway.
5.3 Applicable charges/recoveries/Advance etc: Please refer to Annexure-XII of
Tender Document.
List of Annexure:
S.No. Annexure No Description
1 Annexure – I Tender Document
2 Annexure – IV Contract Agreement of Works.
3 Annexure – VII Guidelines for submitting tenders by partnership Firms and their Eligibility Criteria
4 Annexure – VIII Details of Plant and Machinery already available
Signature of Tenderer Page 37
with firm
5 Annexure – IX List of engineers/personnel already available/proposed to be employed on this work
6 Annexure – X Statement of works being executed/in hand by the contractor/s
7 Annexure – XI Details of Beneficiary for Electronic Transfer of Funds
8 Annexure – XII Applicable charges/recoveries/Advance etc.
9 Annexure – XIII Proforma For Time Extension
10 Annexure – XIV Certificate of Fitness
11 Annexure – XV Proforma Of 7 Days Notice
12 Annexure – XVI Proforma Of 48 Hrs. Notice
13 Annexure- XVII Proforma Of Termination Notice
14 Annexure – XIX Suplementary Agreement
15 Annexure – XX Price Variation Clause : For works costing 50 Lacs and above .
16. Annexure - XXI Format For MOU of JV
Signature of Tenderer Page 38
1. Standard Tender Document Annexure - I
NORTHERN RAILWAY
Website: www.nr.indianrailways.gov.in
Tender No. No.32-W/Br.No.249/T/BL/TKJ/15Dated 24.07.2015
Name of the Work: Replacement of corroded side deck plate &
repairs of sway/portal girder members of North & South Lines of Bridge no. 249 (Old Yamuna bridge) in the jurisdiction of AXEN/BL/TKJ
Issued to:
Signature of Tender issuing Authority
(Dy Chief Engineer /BL/TKJ)
(In case Tender Document is downloaded from website, Tenderer should keep himself updated about the Tender amendments, Corrigendum, etc. by remaining in touch with the website. Further, NO changes should be made in the final amended Tender Document by the Tenderer)
Office of Dy. Chief Engineer/ Bridge Line /Tilak Bridge Engineering Department, Northern Railway,Tilak Bridge ,New Delhi
Signature of Tenderer Signature of Tender inviting Authority
Signature of Tenderer Page 39
Table of Contents of Tender Document Section Subject Page No.
Work Specific Tender Document Part-I
1 Start of Tender Document (Tender Details) 40-41
2 Copy of Tender Notice 42-44
2A Copy of Corrigendum to tender 45
3 Scope of Work and Drawings 46-47
4.1 Check List 48-49
4.2 Tender Form-1 (Cover Letter) 50-51
4.3 Tender Form-2 (General information of the Tenderer) 52-53
4.4 Tender Form-3 (Power of Attorney) 54-55
4.5 Tender Form-4 (Technical & Financial Eligibility) 56-58
4.6 Methodology of execution of work , Special Conditions of work & specification
59-69
PACKET- II ( FINANCIAL BID)
Cover Page 99
Schedule of rates & Quantities 100-106
Standard Documents applicable to all Tenders and Contracts
1 General Conditions of Contract Part-I (GCC-Pt I) Instructions to Tenderer & Regulations Note-I
2 General Conditions of Contract Part-II (GCC-Pt II)
3 Indian Railways Unified Standard Specifications (Works & Materials) Volume I & II and USSOR
Note-II
Note - I: - GCC Pt-I and Pt –II along with latest correction slips are standard documents applicable to all contracts on Northern Railway. It can be obtained from the office of Tender Issuing Authority on payment of Rs.1000/- in the form of demand draft in favour of FA&CAO/X/BH/NDLS/ Northern Railway and does not include the cost of this Tender Document. It is also available on Northern Railway website: www.nr.indianrailways.gov.in for general information purpose. However, in case of any discrepancy, the official printed copy of the document shall prevail.
Note - II: - Indian Railways Unified Standard Specifications (Works & Materials) Volume I & II and USSOR along with latest correction slips are standard documents applicable to all contracts on Northern Railway. It can be obtained from the office of Tender Issuing Authority on payment of Rs.1000/- each in the form of demand draft in favour of FA&CAO/X/BH/NDLS/ Northern Railway and does not include the cost of this Tender Document.
Signature of Tenderer Signature of Tender inviting Authority
Signature of Tenderer Page 40
NORTHERN RAILWAY
START OF DOCUMENT
SECTION 1: TENDER DETAILS
Mode of Tender Open Two Packet System
1 Tender Notice No.& date
No.32-W/Br.No.249/T/BL/TKJ/15 Dated
24.07.2015
2. Tender Notice Corrigendum No. & Date
No.32-W/Br.No.249/T/BL/TKJ/15 Dated
19.08.2015
2 Tender No. No.32-W/Br.No.249/T/BL/TKJ/15 Dated
24.07.2015
3 Name of the Work Replacement of corroded side deck plate & repairs of sway/portal girder members of North & South Lines of Bridge no. 249 (Old Yamuna bridge) in the jurisdiction of AXEN/BL/TKJ
4 Approximate Cost of Work
Rs. 10,27,22,792 /-
5 Period of Completion 18 months
6 Cost of Tender Document
Rs. 10,000/-
7 Amount of Earnest Money
Rs. 6,63,620/-
8 Tender Document can be obtained from website / office at
www.nr.indinarailways.gov.in
9 Last date and time of sale / downloading of Tender Document.
09.09.2015 upto 11.00 Hrs
Signature of Tenderer Page 41
10
Due date & time of submission of Tender Document.
09.09.2015 at 15.00 hrs.
11 Due date & time of opening of Tender*.
09.09.2015 at 15.15 hrs.
12 Place of Submission / opening.
Office of Dy.CE/BL/N.Rly/TKJ
NOTE: * If date of tender opening is declared as Holiday, the Tender will be opened at the same time and place on next working day. Signature of Tenderer Signature of Tender inviting Authority
Signature of Tenderer Page 42
SECTION 2: TENDER NOTICE
Northern Railway Office of the
Dy. Chief Engineer/Bridge Line Tilak Bridge, New Delhi.
T E N D E R N O T I C E (For uploading on website)
The Dy. Chief Engineer/Bridge Line, Northern Railway, Tilak Bridge, New Delhi for and on behalf of the President of India invites sealed open tender (in two packet) on prescribed form for the under noted work :- S.No
NAME OF WORK APPROX. COST/ EARNEST MONEY
SIMILAR NATURE OF WORK/ PERIOD OF COMPLETION
AVAILABILITY OF DOCUMENTS / COST OF TENDER DOCUMENT.
1. Replacement of corroded side deck plate & repairs of sway/portal girder members of North & South Lines of Bridge no.249 (Old Yamuna bridge) in the jurisdiction of AXEN/BL/TKJ
COST OF WORK Rs.10,27,22,792/- (Rs. Ten Crores twenty seven lacs twenty two thousand seven hundred ninty two only) EMD Rs.6,63,620/- (Rs. Six lacs sixty three thousand six hundred twenty only)
Repair to steel girders including supply, fabrication, erection of steel bridge members & field riveting etc.
OR Supply, fabrication, assembly & erection/ launching of Railway steel girder / FOB
OR Supply, fabrication, assembly & re-girdering of Railway steel girders /FOB Period of completion 18(Eighteen) Months
14.08.2015 to 01.09.2015 up to 11.00 hrs./ Cost of Tender document Rs.10,000/- per set by hand and Rs.10500/- per set by post
TENDER WITHOUT EARNEST MONEY DEPOSIT WILL BE SUMMARILY REJECTED. As a proof of technical experience/competence, the tenderer/s should have Physically completed successfully at least one similar single work for a minimum value of 35% of advertised tender value, in last three financial years (i.e. Current year and three Previous Financial Years) upto the date of opening of the tender. “As a proof of sufficient financial capacity and organizational resources, tenderer/s have received the total contractual payments against all completed/ ongoing
Signature of Tenderer Page 43
works of all types (not confined to only similar works) during the last three financial years and in the current financial year (up to the date of opening of the tender) of a value not less than 150% of the advertised cost of work as per laid down tender conditions. Certificates from the Private individuals/ Firms for whom such works have been executed shall not be accepted. Validity of Offer – 120 days from the date of opening of Technical cum commercial Bid. Submission on Tender Documents & Opening – The tender will be received in the office of Dy. Chief Engineer/Bridge Line, Northern Railway, Tilak Bridge, New Delhi upto 15.00 hrs. on 01.09.2015 and the Technical cum Commercial Bids will be opened there-after 15.15 hrs. in this office. Financial bids of the eligible tenderer/s would be opened subsequently on the date & time to be notified later on. The offer is to be submitted in two sealed envelopes with one envelope containing the technical cum Commercial Bid duly super-scribed thereon as “Technical cum Commercial Bid (Packet-1)”, Name of work, Tender No. and date of opening and the other envelop containing the Financial Bid duly superscribed thereon as “Financial Bid (Packet-II)”, Name of work and Tender No. Packet-I shall contain the EMD, cost of tender form and the “Technical Cum Commercial bid” along with requisite documents/credentials, Packet-II shall contain the “Financial Bid” only. Both the envelopes should again be sealed in another large envelope duly superscribed with “Name of work, Tender No. and Date of Opening” and same shall be deposited in the Tender Box allotted for the purpose in the office of the Dy.Chief Engineer/Bridge Line, Northern Railway, Tilak Bridge, New Delhi. Tender duly sealed in the prescribed manner can also be sent through registered post so as to reach these offices not later than the date and time specified above. Any tender received after the specified date/time is liable to be rejected. Further particulars and tender forms can be had from the office of Dy. Chief Engineer/Bridge Line., Northern Railway, Tilak Bridge, New Delhi. The cost of the tender documents is non refundable and tender document is not transferable. Request for tender by post must be accompanied with a demand draft of required cost as mentioned above in favour of FA & CAO/X/BH, Northern Railway, Baroda House, New Delhi. “JVs/Consortiums/MOUs/Partnership Firms shall be considered in accordance with approved tender conditions.” Tender Notice is also available on www.nr.indianrail.gov.in.& Tender document will also be available on www.nr.indianrail.gov.in from the date of sale of tender papers.
Signature of Tenderer Page 44
Dy. Chief Engineer/Bridge Line Tilak Bridge, New Delhi,
Tender Notice No.32-W/Br.No.249/T/BL/TKJ/15 Dated : 24.07.2015 Copy to: -
1. CBE/NR - for kind information of 2. Sr.DEN/III/DLI for information please. 3. AXEN/BL/TKJ for opening of tender on 01.09.2015 in the O/o
Dy.CE/BL/TKJ 4. Audit Officer/B.House/N.Rly./New Delhi 5. Dy.FA/I/HQ, Baroda House, New Delhi for deputing Account
representative to open the tender on 01.09.2015 6. Notice Board, Bridge Line, Norther Railway, Tilak Bridge,New Delhi
Signature of Tender inviting Authority
Signature of Tenderer Page 45
SECTION 2 A : CORRIGENDUM TO TENDER
NORTHERN RAILWAY
CORRIGENDUM
Tender Notice No.32-W/Br.No.249/T/BL/TKJ/15 Dated : 24.07.2015
Name of work: Replacement of corroded side deck plate & repairs of sway/portal
girder members of North & South Lines of Bridge no.249 (Old Yamuna bridge)
in the jurisdiction of AXEN/BL/TKJ.
NOTE: Postponing the date of opening of tender due to Technical reasons.
1. Date of opening of this tender is postponed on 09.09.2015 instead of
01.09.2015.
2. Revised tender document will be available w.e.f. 24.08.15.
3. The total advertised cost of tender will remain UNCHANGED.
Dy.Chief Engineer/Bridge Line
N.Rly. Tilak Bridge, New Delhi.
For & on behalf of President of India
No. : 32-W/Br.No.249/T/BL/TKJ/15 Dated : 19.08.2015
Copy to:
1.Dy.CE/Br/HQ for kind information of CBE/NR
2.AXEN/BL/TKJ for opening of tender on 09.09.2015 in the O/o Dy.CE/BL/TKJ
3.Audit Officer/B.House/N.Rly/New Delhi.
4.Dy.FA/I/HQ,Baroda House/N.Delhi for deputing Accounts representative to
open the tender on 09.09.2015
5. Notice Board
Signature of Tenderer Page 46
SECTION 3: SCOPE OF WORK AND TENDER DRAWINGS
Scope of Work : A) SOUTH LINE
i. All Side Deck plates except central portion has to be replaced. Rain spouts
/pipes is to be fixed in that deck plates.
ii. Inverted top Tee, Top brackets with packing plate and End channel on upper side
of deck has to be replaced.
iii. Central deck plate of only 3 nos. panel of each approach girder has to be
changed.
iv. Perforated Plates and /or Angles of 24 nos. Portal has to be replaced.
v. Diaphragm plates at bottom of vertical boom of truss have to be strengthened.
vi. Strengthening of vertical web of bottom boom by providing cover plate at about
1/3 of height of bottom boom and stiffener angles has also to be provided.
vii. Wires mesh fencing with angle frame along & on both side the carriage way/ road
has to be provided.
viii. Painting & metalizing of new and/or existing rail girder.
NORTH LINE (i) Central portion of deck plate within track has to be replaced.
(ii) Top flange of rail girder/stringer girders has to be strengthened by providing
additional cover plate over the existing top flange.
(iii) Perforated/badly corroded viz. about 30% top angles and brackets has to be
replaced.
(iv) Deck plates other than central portion in 15% area have to be replaced.
(v) Perforated plates and/or angle of about 7 nos. End Portal has to be replaced.
(vi) Strengthening of bottom boom of by providing cover plates at 1/3 ht.of web with
stiffeners (Minor quantity).
(vii) Top brackets (corroded only) on side deck plates of approach & main girders has
to be replaced.
(viii) Wires mesh fencing along & on both side of road has to be provided.
(ix) Repair of existing Pipe Railing along the road.
(x) Painting & metalizing of new and/or existing rail girder.
Signature of Tenderer Page 47
1. Location of Work
Bridge No. 249 , Old Yamuna Bridge , Delhi
2. Approximate Cost – Rs. 10,27,22,792/-
3. Estimate No. –01/2015-16 of Sr. DEN/III/NDLS
4. Allocation - 21-32-410-3
5. Period of completion - 18 Months
6. Definition of Similar Nature of Work to be considered for the above
work :
Repair to steel girders including supply, fabrication, erection of steel bridge members & field riveting etc.
OR Supply, fabrication, assembly & erection / launching of Railway steel girder / FOB
OR Supply, fabrication, assembly & re-girdering of Railway steel girders /FOB
7. Cost of work similar in nature to be considered for this Tender Rs. 3,59,52,977.20
8. Drawings and sketches duly approved by CA for the Tender - NA
Signature of Tenderer Signature of Tender inviting Authority
Signature of Tenderer Page 48
SECTION 4.1: CHECK LIST TO BE FILLED UP & SIGNED FAILING WHICH TENDER SHALL BE SUMMARILY REJECTED
SN Description of item to be checked before submission
of the Tender by Tenderer Pl fill Yes / No
Placed at page
1. Has all pages of the Tender Document are numbered serially & signed in Blue ink by the Authorized Signatory
2. Has Tender Document been Bound, Sealed & Marked and there is no loose sheet
3. Has Cost of Tender Document enclosed in the form of Money receipt/ Banker Cheque/DD & kept in a plastic pouch
4. Has amount of Earnest Money enclosed in the form as per Clause 3.3 of GCC Pt-I in the form of Money receipt/ Banker Cheque/DD & kept in a plastic pouch
5. Has Cover Letter (Tender Form-1) been signed by Authorized Signatory, Witness with Seal & Common Seal
6. Has Power of Attorney (Tender Form-3 ) submitted along with the charter documents of the executants(s)
7. Has Letter of Acceptance and Completion Certificate of work enclosed {Tender Form-4 (a)}
8.
Has Form 16A issued by Payment Disbursing Authority for each Financial Year enclosed{Tender Form-4 (b)} Or , Has the Audited balance sheet as per clause 3.6.2 of Tender Documemt enclosed.
9. Has photocopy of PAN card enclosed
10. Has Photo copy of TIN enclosed
11. Has all details of Bank Account including partners name submitted
Signature of Tenderer Page 49
SN Description of item to be checked before submission of the Tender by Tenderer
Pl fill Yes / No
Placed at page
12 Has Copy of Memorandum of Understanding ( MOU ) executed by the JV members enclosed.
13
Has Notorised Photo Copy of partnership deed of present constitution of firm & also photo copy of prior partnership deed pertaining to the period for which the document in support of technical & financial eligibility criteria enclosed
14
Has Notorised Photo Copy of partnership deed of the firms whose credential as per eligibility criteria submitted by the tender, if the firm participating in tender is with different name and style then the later, enclosed.
15 Has Declaration in the form of duly notarized affidavit if participating tenderer is a sole proprietorship firm enclosed.
16
Has Declaration in the form of affidavit that the participating firm or any of their partners have never been blacklisted or banned for business with Railways enclosed.
Signature of Tenderer Signature of Tender inviting Authority
Signature of Tenderer Page 50
SECTION 4.2: COVER LETTER
TENDER FORM - 1
(To be submitted by Tenderer on its letter head)
Tender No. No.32-W/Br.No.249/T/BL/TKJ/15 Dated 24.07.2015
Name of Work: Replacement of corroded side deck plate & repairs of sway/portal girder members of North & South Lines of Bridge no. 249 (Old Yamuna bridge) in the jurisdiction of AXEN/BL/TKJ
The President of India
Acting through the
Dy Chief Engineer /Bridge Line/
Tilak Bridge/New Delhi
1. I/We ____________________ have read the Standard General Conditions Of Contract Part-I and Part-II, with all correction slips up-to-date, Special Conditions of Contract, Specifications and various other conditions to tender attached hereto and agree to abide by the said conditions.
2. I/We also agree to keep this tender open for acceptance for a period of 120 days from the date fixed for opening the same and in default thereof, I/We will be liable for forfeiture of my/our “Earnest Money”.
3. I/We offer to do the work for Dy. Chief Engineer/Bridge Line/Tilak Bridge/New Delhi of Northern Railway, at the rates quoted in the attached schedule and hereby bind myself/ourselves to complete the work in all respects within 18 months ( Completion Period ) from the date of issue of letter of acceptance of the Tender. We also hereby agree to abide by the Standard General Conditions Of Contract Part-I and Part-II with all correction slips up-to-date and to carry out the work according to the Scope of the work, Special Conditions of Contract and Specifications of materials and works as laid down by Railway in the annexed Special Conditions/Specifications, Schedule of Rates with all correction slips up-to-date for the present contract.
4. Cost of Tender Document in the form of DD/Cash Receipt no: ……… Dated……….. For Rs. …………. Issued by ……………in favour of FA&CAO/X/BH/NDLS/ Northern Railway.
5. Earnest money in the form of DD/Banker’s Cheque/Cash Receipt no: ……… Dated……….. For Rs. …………. Issued by ………… in favour of FA&CAO/X/BH/NDLS/ Northern Railway. is herewith forwarded as Earnest Money in the forms and manner as prescribed in Para 3.3 of GCC Part-I. It is explicitly agreed that the full value of the Earnest Money shall stand forfeited by Northern Railway without prejudice to any other right or remedies in case;
Signature of Tenderer Page 51
/We withdraw / resile / modify my tender during its validity and/or
a) If my/our Tender is accepted and :
(i) I/We do not execute the contract documents within seven days after receipt of notice issued by the Railway that such documents are ready; and / or
(ii) I/We do not commence the work within fifteen days after receipt of orders to that effect.
6. Until a formal agreement is prepared and executed, acceptance of this tender shall constitute a binding contract between us subject to modifications, as may be mutually agreed to between us and indicated in the letter of acceptance of my/our offer for this work.
7. I/We hereby agree that the tender submitted by us shall be summarily rejected if;
a. Cost of tender documents or proof thereof (if submitted earlier) is not attached with the tender
b. Duly filled up and signed Check list is not submitted with the tender.
c. Tender is not accompanied with requisite earnest money in proper form
d. Tender is not accompanied with requisite legal document in favor of authorized signatory representing the Tenderer.
8. I/we agree to abide by the terms and conditions mentioned at page 01 to 106 in
all as well as the Indian Railway General conditions of contract, Indian
Railways Unified Standard Specifications (Works & Materials) Volume I & II and
the Unified standard Schedule of rates amended time to time.
Signature of Tenderer Signature of Tender inviting Authority
____________________ Signature of Authorized Signatory for and on behalf of Tenderer(s) with seal and common seal as applicable Date ________________ Address of the Tenderer(s)
____________________
______________________
Signature of Witnesses: (1) ___________________ (2) ___________________
Signature of Tenderer Page 52
TENDER FORM -2
SECTION 4.3: General information of the Tenderer
SN. Item Description Item Details Page No.
1 Name of the Tenderer
2 Constitution of Tenderer 1
(Tick as applicable)
Sole Proprietor /Partnership Firm/ Pvt. Ltd Co./Public Ltd. Co./ JV/ Society /…………(any other)
3 Act under which Tenderer is Registered
Company Act, Firm & Societies Act, Co-operative Societies Act, Income-tax Act, /………… (any other) etc.
4 Registration details2
5 PAN No.2
6. TIN No.2
7 Registered Address
8 Communication Address along with Telephone, Fax and Email address
9 In case of Joint Venture (JV), MoU and other details3
10 Details of Bank account on which payment shall be released
a Name of Bank, branch with IFS code
b Account type, Account No.
c MICR No.
d Partners of accounts in the bank 4
Signature of Tenderer Page 53
Superscript Notes:
1. Please submit the supporting documents demonstrating the status of Applicant /
Tenderer as legal person corresponding to its constitution like certificate of
incorporation along with Memorandum and Article of Association in case of Pvt./Public
Ltd. Co., copy of partnership deed, Affidavit in case of sole proprietor etc. as the case
may be.
2. Please submit the copy of the registration certificate as applicable, PAN card,
TIN certificate should be enclosed.
3. In case of Joint Venture details as per Annexure-XXI need to be
submitted. JV firms are not allowed to participate in the works costing less than
or equal to Rs.10.00 Crores.
4. Details of all the partners of the subject bank account need to be disclosed by the
Tenderer on its letter head under the signature of person who is authorized to
operate the subject bank account.
Signature of Tenderer Signature of Tender inviting Authority
Signature of Tenderer Page 54
TENDER FORM -3
SECTION 4.4: POWER OF ATTORNEY FORMAT FOR AUTHORISED SIGNATORY (To be executed on non-judicial stamp paper of the appropriate value in accordance with Stamp Duty Act. The stamp paper should be in the name of the Firm / Company who is issuing the Power of Attorney in favour of Authorized Signatory).
POWER OF ATTORNEY
Know all men by these present, we . . . . . . . . do hereby constitute, appoint and
authorize Mr./Ms. . . . . . . . . . . . . who is presently employed with us and holding the
position of . . . . as our attorney, to do in our name and on our behalf, all such acts,
deeds and things necessary in connection with or incidental to our bid for the work of
………………………………………….including signing and submission of all documents
and providing information/ responses to Northern Railway representing us in all matters,
dealing with Northern Railway in all matters in connection with our Tender for the said
work.
We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney
pursuant to this Power of Attorney and that all acts, deeds and things done by our
aforesaid attorney shall and shall always be deemed to have been done by us.
Dated this. . . . . . . . . day of . . . . . . . 201… Place:
(Signature………………………………
, Name& Designation in Block letters of
Person authorized to sign Power of Attorney for and on behalf of the Applicant Tenderer)
Common Seal of Company I accept. (Signature of Authorized Signatory) Name and Designation of AS Signature of Tenderer Signature of Tender inviting Authority
Signature of Tenderer Page 55
Witness: Witness 1: Witness 2: Name : Name : Address : Address : Occupation : Occupation : Notes: b) The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executants(s) and when it is so required the same should be under common seal affixed in
accordance with the required procedure.
c) Please refer to Para…….of GCC Part-I for requirement of the Documents to be submitted in
different cases of Tenderer being Sole Proprietor, Partnership, Private / Public Limited
Company etc.
d) The obligations to Railway will not be affected by changes in the composition of the firm
made subsequent to the opening of the tender / execution of the contract and / or grant of
Revised Power of Attorney, if any, by the tenderer. However, changes in composition of the
Firm and / or Revised POA should be promptly advised in writing to the Tender Issuing
Authority / Contract Signing Authority as the case may be.
Signature of Tenderer Signature of Tender inviting Authority
Signature of Tenderer Page 56
TENDER FORM -4A
SECTION 4.5: Minimum Eligibility criteria
DETAILS OF PAYMENT RECEIVED IN LAST 3 FINANCIAL YEARS i.e. ……ONWARDS TO ADJUDGE MINIMUM ELIGIBILITY
(All figures in Rs Lacs)
SN Name of the Work
Cost of work
Date of Completion
Name & Nature of the Firm 1
%age of the 1 Tenderer
Contractual Payment 2 received in Amount for eligibility
CFY LFY1 LFY2 LFY3 Total
1. 2 3 4 5 6 7 8 9 10 11=10*5
1. 2. Total
Superscript Notes:
1. Please go through the Annexure-VII. If Work was executed jointly with other Firms, amount for credentials will be
considered as per applicable percentage (%age).
2. Form 16A issued by Payment Disbursing Authority (other than Private Individual/ Firms ) for each Financial Year
(for last 3 financial year and Certificate of payment received during current financial year up to the date of opening
of tender) must be attached. Audited balance sheet duly certified by the Chartered Accountant is also acceptable. \
3. All Documents must be submitted along with the Tender failing which the claimed credentials as above will not be
considered at the time of evaluation of Tender. It will lead to summarily disqualification of Tender.
Signature of Tenderer Signature of Tender inviting Authority
Signature of Tenderer Page 57
TENDER FORM -4B
SECTION 4.5: DETAILS OF WORKS COMPLETED IN LAST 3 FINANCIAL YEARS i.e. ……ONWARDS TO ADJUDGE TECHNICAL ELIGIBILITY
(All figures in Rs Lacs)
SN Name of the Work1 Final cost of Completed work
Actual Date of Completion
Name & Nature of the Firm 2
Completion Certificate 3 at Page
%age of the 4 Tenderer
Amount for Technical eligibility
1. 2 3 4 5 6 7= 6x2
1.
2.
Total
Superscript Notes:
1. Please specify details of work which are of similar nature as defined in Section 3 of Tender Document provided it is
completed during last 3 Financial year and current financial year up to the date of opening of tender. For meeting with the
eligibility criteria, any one work of similar nature should be completed which should be more than Rs.……..Lacs.
2. Letter of Acceptance issued by Competent Authority in favour of Name of the firm who had executed the work duly stating
Name & cost of the Work, Original Date of Completion etc., against which the completion/Experience certificates have
been attached with the tender document, must be enclosed.
3. Completion Certificate issued by Competent Authority in favour of Name of the firm who had executed the work duly
stating Name & Final cost of the Work, Date of Completion etc. must be attached. No printed Document like annual report
etc. should be attached with Tender Document.
4. Please go through the Annexure-VII. If Work was executed jointly with other Firms, amount for credentials will be
considered as per applicable percentage (%age).
5. All Documents must be submitted along with the Tender failing which the claimed credentials as above will not be
considered at the time of evaluation of Tender. It will lead to summarily disqualification of Tender.
Signature of Tenderer Signature of Tender inviting Authority
Signature of Tenderer Page 58
TENDER FORM -4C
SECTION 4.5: DETAILS OF PAYMENT RECEIVED IN LAST 3 FINANCIAL YEARS i.e. ……ONWARDS TO ADJUDGE FINANCIAL ELIGIBILITY
(All figures in Rs Lacs)
SN
Name of the Work1
Final cost of work
Date of Completion
Name & Nature of the Firm 2
Completion Certificate 3 at Page
%age of the 4
Tenderer
Contractual Payment 5 received during
Amount for Financial eligibility
CFY LFY1 LFY2 LFY3 Total
1. 2 3 4 5 6 7 8 9 10 11 12= 6x11
1. 2. Total Superscript Notes:
1. Please specify details of work undertaken for which payment has been received during last 3 Financial year and current financial
year up to the date of opening of tender.
2. Letter of Acceptance issued by Competent Authority in favour of Name of the firm who had executed the work duly stating Name &
cost of the Work, Original Date of Completion etc., against which the completion/Experience certificates have been attached with
the tender document, must be enclosed.
3. Please go through the Para 3.7 and Annexure-VII. If Work was executed jointly with other Firms, amount for credentials will be
considered as per applicable percentage (%age).
4. Form 16A issued by Payment Disbursing Authority (other than Private Individual/Firms) for each Financial Year (for last 3 financial
year and Certificate of payment received during current financial year up to the date of opening of tender) must be attached.
5. All Documents must be submitted along with the Tender failing which the claimed credentials as above will not be considered at
the time of evaluation of Tender. It will lead to disqualification of Tender.
Signature of Tenderer Signature of Tender inviting Authority
Signature of Tenderer Page 59
SECTION 4.6: (Special Terms & Conditions for work ) Replacement of corroded side deck plate & repairs of sway/portal girder members of North & South Lines of Bridge no. 249 (Old Yamuna bridge) in the jurisdiction of AXEN/BL/TKJ BROAD METHODOLOGY/ACTIVITY TO BE EXECUTED AT SITE:-
- General
- The successful tenderer(s) shall establish a workshop at site for fabrication of
individual members in advance in correct size, shape & profile such as Top
cover plate, Bottom deck plates, Tee, Angles, Channels, brackets, Wire mesh
fencing with angles frames & all other items which are to be replace and/or
provide and etc.as per instructions of the Site-in-charge
- The successful tenderer(s) shall be required to setup a store at his own cost
at site and responsible for its safety & security. Railway is not responsible for
any loss/theft of material, store and T&P. Rates quoted by the tenderer(s)
includes the expenditure incurred on providing store, site office for inspecting
officials, leading material to the point of replacement and railway will not pay
extra for it.
- The Air compressor, Drilling M/C, rivet cutting equipment, riveting M/c, gas
cutting equipment, HSD Oil and all consumable and T&P etc. shall have to
be arranged & kept them in working order by the tenderer at his own. Railway
is not responsible to issue/arrange the same.
- The successful tenderer(s) shall provide required scaffolding rigidly
underneath of rail deck/over the road in entire width while cutting the existing
rivets, provide temp. bolts in place of rivets & changing the deck plates, top
flange strengthening etc. and/or other girder members at rail deck to avoid
falling of dabries, rivets, bolts and/ or any material etc. on the road user going
through the bridge. The height of the scaffolding shall be such that no vehicle
passing through the bridge may infringe.
- If required CC Cribs ( if available ) can be provided by the Railway on hire
basis on the contractors request, however, Rly. is not bound to issue CC
Cribs on loan for this work.
- The railway will not arrange/provide any material and/or consumable required
for the work. The rates quoted by the tenderer(s) shall include the cost of
consumable such as Diesel, M.oil, grease, lubricants, electrodes, temporary
bolts with washer etc., payment of staff engaged for this work and any other
incidental charges etc. required for the smooth working & operation of m/c
etc.
- The tenderer(s) shall arrange own Electric power connection/portable
generator etc. for operation of machines and providing lighting arrangement in
night.
Signature of Tenderer Page 60
- Arrangement of Walkies Talkies shall be provide at site during the traffic block
by the tenderer on his own cost.
- The contractor shall remove all debries etc. from the road and/or rail deck
keeping in view the safety of road users. Railway will not pay extra for it.
A) Deck plates:
- The successful tenderer(s) shall provide required scaffolding under side of rail
girders while cutting the existing rivets, provide temp. bolts in place of rivets &
changing the deck plates etc. and/or other girder members at rail deck to avoid
falling of dabries, rivets, bolts and/ or any material etc. on the road user going
through the bridge. The height of the scaffolding shall be such that no vehicle
passing through the bridge may infringe.
- The contractor must carry out preliminary works before traffic block and /or before
fixing new deck plates viz. cutting existing rivets & providing temp. bolts in place of
rivets joints prior to traffic block to make safe the load members of the bridge as per
direction of site engineer & to avoid delay in traffic block in night. No extra charges
will be paid for arranging, supplying, fixing & removing the temporary bolts (Turn
bolts).No hole is left blank without bolt/rivet on the loading members of the bridge as
per advise of site engineer.
- The contractor should be prepared himself to execute the work during night traffic
block with arrangement of lighting by own. In case of traffic block is not
permitted/granted, the tenderer shall have no claim for any expenditure incurred by
them.
- The deck plate especially on north line is to be replaced during traffic block and block
will be arranged by the railway. In case, any day traffic block is not sanctioned due to
some unavoidable reasons, the tenderer shall have no claim on account of it /nothing
extra will be paid on this account.
- The deck plates will be replaced by adopting following manners/methods.
- Pre Block activities-Cutting rivets & provide temp. bolts with washer in prior to
traffic block as per direction of engineer. No holes should be left blank without bolts.
{No extra will be paid for arranging, supplying, fixing & removing the temporary bolts
(Turn bolts)}.
- During Block activities-Removing temp. bolts during traffic block. No extra will be
paid for it.
- Removing /Shifting of channel sleepers if required. Wherever necessary, the jack will
be provided by the tenderer on his own for it.
- Cutting/removing of existing deck plates by removing temp. bolts.
- Placing new fabricated duly painted deck plate, flange cover plate etc. and fixing it
with temporary bolts for riveting and/or providing rivets during traffic block as per
direction of site Engineer.
- Re-fixing of channel sleepers in case of replacement of central deck plate of north
line.
- Proper accountal of released deck plates & other steel members is to be maintained
by the contractor & such released material has to be deposited every day in site
store of the consignee i.e SSE/M/Br/SSB.
Signature of Tenderer Page 61
- After block-providing remaining bolts & their tightening after applying locking glue.
Removal of all released material etc. from working place.
B) Top flange strengthening on north line
- The successful tenderer(s) shall provide required scaffolding rigidly underneath of
rail deck/over the road in entire width while cutting the existing rivets, provide temp.
bolts in place of rivets & changing the deck plates, top flange strengthening etc.
and/or other girder members at rail deck to avoid falling of dabries, rivets, bolts and/
or any material etc. on the road user going through the bridge. The height of the
scaffolding shall be such that no vehicle passing through the bridge may infringe.
- The top flange especially on north line is to be replaced during traffic block and block
will be arranged by the railway. In case, any day traffic block is not sanctioned due to
some unavoidable reasons, the tenderer shall have no claim on account of it /nothing
extra will be paid on this account.
- The contractor must carry out preliminary works before traffic block and /or before
fixing new deck plates viz. cutting existing rivets & providing temp. bolts in place of
rivets joints prior to traffic block to make safe the load members of the bridge as per
direction of site engineer & to avoid delay in traffic block in night. No extra will be
paid for arranging, supplying, fixing & removing the temporary bolts (Turn bolts).No
hole is left blank without bolt/rivet on the loading members of the bridge as per
advise of site engineer.
- The contractor should be prepared himself to execute the work during night
traffic block with arrangement of lighting by own. In case of traffic block is not
permitted/granted, the tenderer shall have no claim for any expenditure
incurred by them.
- Fabrication of cover plate to the size, shape and correct profile shall be done in
advance before providing the cover plate at the top of flange during traffic block and
block will be arranged by the railway. In case, any day traffic block is not sanctioned
due to some unavoidable reasons, the tenderer shall have no claim on account of it
/nothing extra will be paid on this account.
- The cover plates on top flange and/or central deck plate will be provide by
adopting following manners/methods-
Pre-block activities:-
- Cutting rivets of top flange & provide temp. bolts with washer in place of rivet.
No holes should be left blank without bolts. This work shall be done in
advance before traffic block as per direction of engineer. No extra will be paid
for arranging; supplying, fixing & removing the temporary bolts (Turn bolts).
During block activities- - Removing temporary bolts during traffic block. No extra will be paid for it.
- Removing track & channel sleepers. Wherever necessary, the jack will be
provided by the tenderer on his own for it.
- Cutting/removing of central deck plates by removing temp. bolts.
Signature of Tenderer Page 62
- Placing new fabricated duly painted deck plate, flange cover plate etc. at the
correct location and fixing it with temporary bolts for riveting and/or providing
rivets during traffic block as per direction of site Engineer.
- Re-fixing of channel sleepers in case of replacement of central deck plate of
north line.
- Proper accountal of released deck plates & other steel members is to be
maintained by the contractor & such released material has to be deposited
every day in site store of the consignee i.e SSE/M/Br/SSB.
- After block-providing remaining bolts & their tightening after applying locking
glue. Removal of all released material etc. from working place.
C) End Portal strengthening & Fencing provision-
- Cutting rivets of end portal & provide temp. bolts with washer in place of rivet
with restriction of road user. No holes should be left blank without bolts. This
work shall be done in advance before road traffic block as per direction of
engineer. No extra will be paid for arranging; supplying, fixing & removing the
temporary bolts (Turn bolts).
- The End portal and fencing along the road shall be replaced/provided during
Road traffic block in night. The tenderer shall have no claim on account of it &
nothing extra will be paid on this account.
- The End portal will be replaced by adopting following manners/methods
during road block-
- Cutting rivets & provide temp. bolts in prior to road block as per direction of
engineer. {No extra will be paid for arranging, supplying, fixing & removing the
temporary bolts (Turn bolts)}.
- Removing temp. bolts during road block. No extra will be paid for it.
- Cutting/removing of existing portal member by removing temp. bolts.
- Placing new fabricated duly painted portal members and/or rail deck
members such as angle,Tee,cahnnel bracket etc. and fixing it with temporary
bolts for riveting and/or providing rivets during traffic block as per direction of
site Engineer.
- After block-providing remaining bolts & their tightening after applying locking
glue. Removal of all released material etc. from working place.
D) Replacement of Tee, Angles and Channels etc on deck
- The successful tenderer(s) shall provide required scaffolding under side of rail
girders while cutting the existing rivets, provide temp. bolts in place of rivets &
changing the deck plates etc. and/or other girder members at rail deck to
avoid falling of dabries, rivets, bolts and/ or any material etc. on the road user
going through the bridge. The height of the scaffolding shall be such that no
vehicle passing through the bridge may infringe.
- The contractor must carry out preliminary works before replacement/ fixing
Tee, angle, channels etc. viz. cutting existing rivets & providing temp. bolts in
place of rivets joints prior to replacement to make safe the load members of
Signature of Tenderer Page 63
the bridge as per direction of site engineer. No extra will be paid for arranging,
supplying, fixing & removing the temporary bolts (Turn bolts).No hole is left
blank without bolt/rivet on the loading members of the bridge as per advise of
site engineer.
- The Tee, Angles, Brackets and cannels at deck of the bridge is to be replaced
with or without traffic block as well as road block. Block will be arranged by
the railway. In case, any day traffic block/road block is not sanctioned due to
some unavoidable reasons, the tenderer shall have no claim on account of it
¬hing extra will be paid on this account.
- Proper accountal of released members is to be maintained by the contractor & such
released material has to be deposited every day in site store of consignee
SSE/M/Br/SSB.
- The Air compressor, Drilling M/C, rivet cutting equipment, riveting M/c, gas cutting
equipment, HSD Oil and all consumable and T&P etc. shall have to be arrange &
kept them in working order by the tenderer at his own and railway is not responsible
to issue/arrange the same.
- The railway will not arrange/provide any material/consumable required for the
work.The rates quoted by the tenderer shall include the cost of consumable such as
Diesal, M.oil, grease, lubricants, electrodes, temporary bolts with washer etc.,
payment of staff engaged for this work and any other incidental charges etc. required
for the smooth working & operation of m/c etc.
- Rates quoted by the tenderer includes the expenditure incurred on providing store,
site office for inspecting officials, leading material to the point of replacement and
railway will not pay extra for it.
Regarding - The tenderer shall be arranged own Electric power connection/portable generator
etc. for operation of machines and providing lighting arrangement in night.
Specifications-
1. Steel:-
The steel shall comply in all respects with the requirements of approved drawings and relevant codes and specifications and shall be procured from approved manufacturers only i.e. SAIL,TISCO, IISCO, Rastriya Ispat Nigam etc. It may be noted that quality of raw steel used for fabrication shall be the essence of the contract & shall be rigidly followed. The contractor is to submit copy of purchase order, copy of test certificate supplied by manufacturer of the material for this office record before utilizing the material on the work. The contractor on receipt of supply in his factory premises/fabrication workshop shall carryout necessary quality control tests including ultrasonic testing from approved Govt test house as per standards laid down in various codes for steel/HTS and verify them with the list received from manufacturers and should submit a copy of the test report to this office. All test charges will be borne by the tenderer. The rejected lot shall be set aside and the matter shall be brought to the notice of Railways. Only tested steel shall be used for fabrication. All rolled sections shall bear cast mark and shall be of such length as to avoid butt welded joints in components of truss etc. Such rolled sections shall be within rolling tolerances stipulated as per IS-1852 and shall be defects free. Steel for rivets shall conform to IS 1148 for M.S. and IS 1929 for H.T.S.
Signature of Tenderer Page 64
Welding consumables for Manual Metal Arc Welding (MMAW) shall conform to IRS-M-28, Wire and Flux combination for Submerged Arc Welding to IRS-M-3, and Filler wires for CO2 welding to RDSO/M&C/Specification issued vide letter No. M&C/W/111/24 dated 1.1.1994/7.2.1994. All welding consumables (electrodes, wire, flux etc.) shall be procured only from the manufacturers approved by RDSO subject to final approval by Engineer-in-charge. In all extreme eventuality steel of particular section not being made available locally by Indian Steel manufacturers, the tenderer/s may consider resorting importing of the steel. The necessary essentiality certificate if required at any stage for this purpose will be issued by the Railways. The imported steel shall be of equivalent specification. Use of rolled sections in place of built-up sections can be permitted. Working out the weight of steel for payment in such cases will be based on the actual sections used. The Railways will not take any responsibility of delays in importing the steel and no cognizance of the same will be given in the completion period. Evaluation of the offer will be as received, strictly in conformity with the tender document but, any saving by way of reduction in the quantity of steel in girders affected by the design consultant of the successful tenderer/s during the process of detailing of fabrication, assembly and launching scheme will be passed on to the Railways.
2. CUTTING OF MATERIAL:- All edges shall be machined mechanically (by a sawing machine) or controlled torch oxy-acetylene flame cut after. All flame cut edges shall be ground to secure clean and square edges. No shearing of section or plates is permitted. When flame cutting is deployed on a plate of long length, flame cutting shall be done by multi-torch mechanically controlled equipment to ensure a straight clean cut and prevent lateral distortion due to heat application. All flame cut edges shall be ground or machined to obtain reasonably clean square and true edges. Drag lines formed during flame cutting shall be removed. While chalk marking for flames cutting, following cutting allowance shall be added to the prescribed dimensions. Thickness Cutting allowance Up to 12mm +3mm Above 12 and up to 25 mm +5mm Above 25 mm +7mm Templates made from 3 to 4 mm thick steel plate shall be used for cutting Gussets. Long length cutting by marking with white chalk and string may be followed. Minimum edge distance while preparing profile for gussets, cleats and edges of components from center of rivet hole to a flame cut edge shall be 1.75 times the diameter of hole, and for machined edge or rolled edge shall be 1.5 times the diameter of rivet holes, (machined edge means first edge distance kept 1.75 times diameter of hole for flame cutting and reduced to 1.5 times diameter of hole by removal of material by machining). 3 ) RIVETS & RIVETING OF COMPONENTS:- a. The work shall include supply of all rivets,required for complete riveting at site with
allowance for wastage.The contractor shall be responsible for supplying site rivets of correct length & specification.The length of such rivets shall be verified in the presence of Rly’s representative by snapping a few rivets of each length to check whether the holes have been completely in by the rivet material.Particularly in case of rivets with long grip (with grip exceeding 6 times the diameter),specimen rivets shall be cut to see if the holes are totally even though the rivets are tight under the usual hammer tests.
b. All the rivets to be used shall be checked with profile guage for its true shape,contours of head,concentricity of head,diameter as well as correct as correct
Signature of Tenderer Page 65
length to match the thickness of joints.The contractor shall provide calibrated gauges for rivet dimensions & contours for the use of the inspecting officer & the Engineer.
c. Service bolts,nuts,washers,drifts etc shall be arranged by the tenderer at his own cost for use of the work at site.
d. The dimensions refer to the diameters of the rivet holes as finished rivets.The rivets shall be made of relevant IS specification. The shanks shall be made of length sufficient to fill the holes thoroughly & to form the head.
e. Riveting shall not be started until such times as the Rlys authorized representative has personally satisfied himself that the alignment of the girder is correct ,the vertical members plumb correctly, the camber is also correct with camber jacks screwed tight, all the mating surfaces are secure & in full contact with service bolts/drifts & field rivet holes are in alignment.
f. Joints shall normally be made by filling not less than 50 to 60 percent of the holes with service bolts and barrel drifts in the ratio of four to one. The service bolts are to be fully tightened up as soon as the joint is assembled to secure full contract of the meeting parts.
g. All rivet s shall be properly heated to straw heat for the full length of the shank,firmly backed & closed.The head of the rivet,particularly in long rivets, shall be heated before placing the rivet in drilled holes,the rivets shall be smartly jerked to shake off oxide scale. Where it is impossible to back up by normal method of holding up, double qunning may be resorted to.
h. The working pressure to be employed when using pneumatic or hydraulic tools shall be as per manufacture’s specifications & approved by the Engineer.
i. All the rivets when driven shall completely fill the holes, have the heads with the shanks & shall be in full contact with the surface. Driven rivets when struck sharply on the dolly side head with a 110 gm rivet-testing hammer, shall be free from movement & vibration.
j. All sparking, loose & burnt rivets & rivets with cracks badly formed eccentric or deficient heads shall be cut out & replaced by others. Permissible deviation of driven shall be as per Appendix V of IRS B1-2001. Rivets shall also be cut out when required for the examination of the work. The Engineer shall approve actual method of cutting out of rivets.
4) DRILLING OF HOLES:- i. Holes for riveting in members shall be carried out by drilling through jig only. No
punching or hand drilling of holes is permitted. Sub-punching to a diameter 6 mm less than that of finished holes may be permitted by Inspecting Officer except in the main truss members of open web girders.
ii. When the holes are to be sub-punched they shall be marked off with a center punch
and made with a nipple punch or preferably, shall be punched in a machine in which the position of the hole is automatically regulated. The punching shall be so accurate that when the work has been put together before drilling, a gauge 1.5 mm less in diameter than the size of the punched holes can be passed easily through all the holes.
iii. Drilling jig should be provided with an internal turned and case hardened bush at all holes in jig, for retaining accuracy of all similar units fabricated. Bushes will have a tolerance of -0.0/+0.1 mm for shop riveting. The tolerance shall be periodically checked & replaced when the tolerance exceeds –0.00/+0.4 (for hardening). Before fixing to jig, bushes shall be checked with a plug gauge to ensure these tolerances.
iv. Drilling of all holes through jig by radial drilling machine for fabrication of top and bottom chords of all members will be allowed. For web members and floor system having welded construction, field holes for riveting shall be drilled through jig.
Signature of Tenderer Page 66
v. Holes for countersunk heads of rivets, bolts or screws shall be drilled to the correct profile so as to keep the heads flush with the surface.
vi. Holes for rivets shall be 1.5 mm greater than the diameter of rivet bars used. Holes for turned bolts, for field connection, where specified on drawing shall be drilled in the shop 1 mm less than diameter of holes shown on the drawing and should be reamed at site to suit diameter of turned bolt.
vii. Drifting to enlarge unfaired holes is prohibited. The holes required to be enlarged shall be reamed provided the Engineer permits such reaming after satisfying himself about the extent of inaccuracy and the effect of reaming on the soundness of the structure. The Engineer reserves the right to reject all steel work if the holes are not properly matched.
viii. On completion of drilling of holes in each component and before shifting the jig, it shall be ensured that all holes are drilled to their correct diameter to reconfirm quality of work.
5) Metalizing & Sand blasting: In addition to GCC, work will be carried out as per procedure laid down in Indian Railway Bridge Manual, IRS-B1-2001and specification IS:6586-1989, IS:5905-1989, IS:9954-1981, IS:5909-1981 i) All temporary arrangements for the work shall be made by contractor at his own cost.
ii) The contractor will construct a temporary site office for supervisors in Railway
premises at his own cost.
iii) The contractor shall all time responsible for any damage.
iv) The work will be carried out in day only time with or without traffic block.& OHE
block.
v) The measurement units for payment will be the exposed area of finished work
without any deductions for the holes and any additional area for rivet heads.
vi) The staff for banner flag /hand signal will be provided by Railway.
vii) All T&P , Machinery and consumables will be provided by contractor.
viii) The requisition of traffic /OHE block will be placed by SSE./Bridge or SSE/P. Way,
for the work below sleepers etc.
ix) No extra payment will be made to the contractor due to wastage of labour, on
account of climate condition, non – availability of traffic / OHE block for working, local
disturbance or any other problems arising during the work.
x) The contractor should take all the safety precaution and should provide proper safety
equipment to his workmen like safety belt, safety helmet, luminous jacket, safety
shoes ,Safety nets, Whittles, etc.
xi) The Railway will not stand for any risk arising during the work and for any damaged
to contractor’s men and material.
xii) Inspection facility / measuring instruments such as steel tape , wire cloth test sleeves
as per specification and digital elcometer (For DFT) etc. will be arranged by the
contractor.
xiii) Testing charges of paints will be borne by the contractor.
xiv) Contractor shall maintain the work and rectify defects if any to the satisfaction of the
Engineer upto one year from the actual date of completion of work .i.e payments of
final bills.
xv) Actual quantities of work depend on the site condition.
xvi) Stage Inspection :- All sections of girders where metalizing is to be done shall be
checked in following stages and joint record will be maintained for every items
signed by Engineer’s representative and contractor or authorized representatives.
Signature of Tenderer Page 67
I-Stage : After grit / stand ballasting for ensuring surface finish.
II-Stage : After metalizing.
III-Stage : After etch primer /wash primer application.
IV-Stage : After application of one coat of zinc chrome primer.
V-Stage : After application of finishing coat of aluminum paint.
6. Painting and other Misc safety aspects. (i) Before the application of paint / subsequent painting coat all old / new paint surface
to be cleaned of dust, dirt loosely blistered / cracked old paints including other
foreign material but firmly adhering paint should remain undamaged. No separate
payment will be made for cleaning included against this item in order to ensure
quality by adopting proper surface preparation and application of base coat.
(ii) The contractor should take all safety precaution and should provide proper safety equipment to his workmen like safety belt, safety helmet, luminous jacket, safety shoes etc.
(iii) No extra payment will be made to the contractor due to any wastage of labour, on account of climatic condition, non- availability of traffic / OHE block, local disturbance or any other problem arising during the work.
(iv) Railway will not stand for any risk arising during the work and for any damaged to contractor’s men and material.
(v) Work is to be carried out under traffic / OHE block protection to be arranged by the
railways and under the clear instruction of site engineer as per the requirement
keeping in view the normal running of trains.
(vi) Actual quantities of work depend on the site conditions.
(vii) The work is to be carried out by the contractor without any inconvenience to the
public, railway users and to the railway movement.
(viii) All arrangement of safety and security for the men and material engaged by the contractor to be made by the contractor. No extra payment will be made to the contractor on this account.
(ix) The quality of paint to be used should be confirming to IS/IRS specification.
(x) All temporary arrangements / scaffolding etc required for carrying out the work to be
provided by the contractor and should be removed after finishing the days work. No
extra payment will be made to the contractor on this account.
(xi) All temporary arrangements / scaffolding provided for the work should not cause any
obstruction to the movement to running train or passengers.
(xii) A little blue paint shall be added in the first coat of aluminium paint to distinguish it
from the second coat. For paints of other colours for final and finishing two coats,
suitable pigment shall be used as per instruction of the Engineer, to distinguish the
first coat from the second coat.
(xiii) The contractor is required to deposit the quantity of paint in phases & not the full qty. till the completion of the work for the painting of steel members in the SE/Br store at site before starting of the work. The paint will be issued by the site Incharge as per daily requirement keeping in view the work carried out to keep a proper check and will be recorded in the log book of the work at the site. The logbook is to be signed by the representative of the contractor daily at site.
Signature of Tenderer Page 68
(xiv) Sample of paint will be got tested from RDSO/RCF or any approved / recognized test
house by the Railway and the testing charges will have to be born by the contractor
for which no extra payment will be made to the contractor. If the test results do not
confirm to relevant IS specifications fully, then the lot of paint shall be rejected and
got removed from the contractor’s store. If the paint has already been applied, it shall
be removed for which no extra payments will be made on this account.
(xv) Proper scraping / surface preparation to be ensured before applying paint and to be
got approved by site incharge.
(xvi) Wherever it is necessary to remove oil / grease from over the metal surface to be painted, the contractor will arrange for the cleaning with petroleum hydrocarbon solvent confirming to IS 1745 / 1976 for which nothing extra will be paid to the contractor.
(xvii) The paint should be procured from the approved firms with ISI certification & as per
IS/IRS specification recommended by the Railway Board.
(xviii) Before passage of each train the contractor must ensure at site that no loose
member or any other material / equipment is infringing / endangering the movement
of train and members which are to be replaced are properly secured.
(xix) The contractor shall furnish to the Railways the date of manufacturing of paint as
certified by the manufacturers with the necessary container marking and test
certificate for paint confirming to relevant IS code. In addition to this, he shall also
submit the necessary vouchers in respect of paint purchased by him.
(xx) In addition to above, the following tests are required to be carried out in the field.
a. Weight per liter. b. Consistency test. c. Scratch test. d. Flexibility and adhesive test.
(xxi) Painting shall not be commenced till the Engineer or his representative or
inspecting officer has approved the surface preparation.
(xxii) Sealed container of paint of approved brand shall be used. The paint drums must be
rolled, turned upside down and shaken before opening. The paint must be stirred
well before use.Over stirring which results in invisible air bubbles etc shall be
avoided.
(xxiii) Where brush painting is accepted, the paint must be applied by means of flat
brushes not more than 75 mm in width having soft flexible bristles confirming to IS:
384
(xxiv) Round and oval brushes of approved quality confirming to IS: 487 may also be used
as per the instructions of the Engineer or his representative or inspecting officer.
(xxv) All new brushes should be soaked in raw linseed oil confirming to IS:77 for at least 24 hours before use.
(xxvi) The applied coat of paint shall be uniform and free from brush marks, sack marks, blemishes, scratching, non-uniform thickness, holes, log marks, fuel staining, cracking scaling and other defects.
(xxvii) Paint shall be applied only on dry and clean surface free from moisture or dust (including scrapping dust).
(xxviii) Paints should be used within the prescribed shelf life from the date of manufacture. (xxix) Each coat of paint shall be left dry it sufficiently hardens before the subsequent coat
is applied. Each coat of paint be inspected by the engineer or inspecting officer and certified as satisfactory before applying subsequent coat.
Signature of Tenderer Page 69
(xxx) All temporary arrangements / scaffolding etc required for carrying out the work to be provided by the contractor and should be removed after finishing the days work. No extra payment will be made to the contractor on this account.
(xxxi) All temporary arrangements / scaffolding provided for the work should not cause any obstruction to the movement to running train or passengers.
(xxxii) Proper scraping / surface preparation to be ensured before applying paint and to be got approved by site incharge.
(xxxiii) The Railway shall not be responsible for any loss or damage to contractor/s men, materials, equipment, tools and plants etc. from any cause whatsoever. No claim for idle labour, idle machinery/plant etc. on any account will be entertained. Similarly, no claim shall be entertained for business loss any such loss.
(xxxiv) All arrangement of safety & security of men & material engaged by the contractor to be made by the contractor. No extra payment will be made to the contractor on this account.
(xxxv) Painting for areas where corrosion is severe/ not severe.
i. Priming Coat:
One coat of ready mixed paint zinc chromate priming to IS:104 followed by
one coat of ready mixed paint red oxide zinc chrome priming paint to IS:
2074.
ii. Finish Coat-
Two coat of Red Oxide paint to IS:13607.
(xxxvi) The Railway shall not be responsible for any loss or damage to contractor/s men,
materials, equipment, tools and plants etc. from any cause whatsoever. No claim for
idle labour, idle machinery/plant etc. on any account will be entertained. Similarly, no
claim shall be entertained for business loss any such loss.
(xxxvii) All arrangement of safety & security of men & material engaged by the contractor to
be made by the contractor. No extra payment will be made to the contractor on this
account
NOTE: ABOVE SCOPE OF WORK/ SPECIFICATIONS/ METHODOLOGY FOR EXECUTION OF WORK IS COMPREHENSIVE BUT NOT EXAHUSTIVE. THE WORK WILL BE CARRIED OUT AS PER PROVISIONS OF IRBM & OTHER RELEVANT IS CODES.
In case of any error, Omission and discrepancy etc.
is observed by any of the Tenderer, Same may please be brought to the knowledge
Signature of Tenderer Signature of Tender inviting Authority
Signature of Tenderer Page 70
I have received the CD containing following:- Standard documents applicable to all Tenders and Contracts
General Conditions of Contract part-1 (GCC Pt.1) Instructions to Tenderer
and Regulations General Conditions of Contract Part-2 (CGG Pt.2)
Special Conditions of Contract
Special Specifications for Non-Schedule items
Special instructions to the Tenderer It can be obtained from the office of Tender Issuing Authority on payment of Rs.1000/- each in the form of demand draft in favour of FA&CAO/X/BH/NDLS/ Northern Railway. and does not include the cost of this Tender Document.
I have retained the CD for my information and due diligence purpose. In token of having done so, I hereby append my signature below. Signature of the Tenderer Space of pouch for keeping the CD by the Tender Issuing Authority containing the information as above.
Signature of Tenderer Signature of Tender inviting Authority
Signature of Tenderer Page 71
4 Contract Agreement for Works: ANNEXURE - IV
NORTHERN RAILWAY
CONTRACT AGREEMENT OF WORKS
CONTRACT AGREEMENT NO. ____________________________________ DATED ___________
ARTICLES OF AGREEMENT made this _________ day of _________ 20___ between President of India acting through the Railway Administration hereafter called the "Railway" of the one part and ___________________________herein after called the "Contractor" of other part.
WHEREAS the Contractor has agreed with the Railway for performance of the works _____________________ set forth in the Schedule hereto annexed upon the Standard General Conditions of Contract, corrected up to latest Correction Slips and the Specifications of _____________ Railway corrected up to the latest Correction Slips and the Schedule of Rates of ___________ Railway, corrected up to latest Correction Slips and the Special Conditions and Special Specifications, if any and in conformity with the drawings here-into annexed AND WHEREAS the performance of the said works is an act in which the public are interested.
NOW THIS INDENTURE WITNESSETH that in consideration to the payments to be made by the Railways, the Contractors will duly perform the said works in the said schedule set forth and shall execute the same with great promptness, care and accuracy in a workman like manner to the satisfaction of the Railway and will complete the same in accordance with the said specifications and said drawings and said conditions of contract on or before the ______ day of ___________ 20___ and will maintain the said works for a period of ________Calendar months from the certified date of their completion and will observe, fulfill and keep all the conditions therein mentioned (which shall be deemed and taken to be part of this contract, as if the same have been fully set forth herein), AND the Railway, both hereby agree that if the Contractor shall duly perform the said works in the manner aforesaid and observe and keep the said terms and conditions, the Railway will pay or cause to be paid to the Contractor for the said works on the final completion thereof the amount due in respect thereof at the rates specified in the Schedule hereto annexed.
Contractor _______________ (Signature)
Railway : Designation _____________
(For & on behalf of President of India)
Address
Date Date _____________
Signature of Witnesses (to Signature of contractor) with address :
Witnesses :
Signature of Tender inviting Authority
Signature of Tenderer Page 72
ANNEXURE-VII 7. Guidelines for submitting tenders by Partnership Firms and their Eligibility
Criteria.
1. The Partnership Firms participating in the tender should be legally valid under the provisions of Indian Partnership Act.
2. Partnership Firms are eligible to quote tenders of any value. 3. The partnership firm should have been in existence or should have been formed
prior to submission of tender. Partnership firm should have either been registered with the competent registrar or the partnership deed should have been notarized prior to date of tender opening, as per Indian partnership Act.
4. Separate identity/name should be given to the partnership firm. The partnership firm should have PAN/TAN number in its own name and PAN/TAN number in the name of any of the constituent partners shall not be considered. The valid constituents of the firm shall be called partners.
5. Once the tender has been submitted, the constitution of firm shall not be allowed
to be modified/altered/terminated during the validity of the tender as well as the
currency of the contract except when modification becomes inevitable due to
succession laws etc., in which case prior permission should be taken from
Railway and in any case the minimum eligibility criteria should not get vitiated.
The reconstitution of firm in such cases should be followed by a notary certified
Supplementary Deed. The approval for change of constitution of the firm, in any
case, shall be at the sole discretion of the Railways and the tenderer shall have
no claims what so ever. Any change in the constitution of Partnership Firm after
opening of tender shall be with the consent of all partners and with the signatures
of all partners as that in the Partnership deed. Failure to observe this requirement
shall render the offer invalid and full EMD shall be forfeited. If any partner/s
withdraws from the firm after opening of the tender and before the award of the
tender, the offer shall be rejected. If any new partner joins the firm after opening
of tender but prior to award of contract, his/her credentials shall not qualify for
consideration towards eligibility criteria either individually or in proportion to this
share in the previous firm. In case the Tenderer fails to inform Railway
beforehand about any such changes/modification in the constitution which is
inevitable due to succession laws etc. and the contract is awarded to such firm,
then it will be considered a breach of contract conditions, liable for determination
of contract under Clause 62 of General Condition of Contract.
6. A partner of the firm shall not be permitted to participate either in his individual
capacity or as a partner of any other firm in the same tender.
7. The tender form shall be purchased and submitted only in the name of
partnership firm and not in the name of any constituent partner. The EMD shall be
submitted only in the name of partnership firm. The EMD submitted in the name
of any individual partner or in the name of authorized partner(s) shall not be
considered.
Signature of Tender inviting Authority
Signature of Tenderer Page 73
8. One or more of the partners of the firm or any other person(s) shall be designated as the authorized person(s) on behalf of the firm, who will be authorized by all the partners to act on behalf of the firm through a “Power of Attorney”, specifically authorizing him/them to submit & sign the tender, sign the agreement, receive payment, witness measurements, sign measurement books, make correspondences, compromise, settle, relinquish any claim(s) preferred by the firm, sign “No Claim Certificate” , refer all or any dispute to arbitration and to take similar such action in respect of the said tender/contract. Such “Power of Attorney” should be notarized/registered and submitted along with tender.
9. A notary certified self attested copy of registered or notarized partnership deed shall be submitted along with the tender.
10. On award of the contract to the partnership firm, a single performance guarantee shall be submitted by the firm as per tender conditions. All the guarantee like Performance guarantee, guarantee for Mobilization advance, Plant and Machineries advance shall be submitted only in the name of the partnership firm and no splitting of guarantees among the partners shall be acceptable.
11. On issue of LOA, contract agreement with partnership firm shall be executed in the name of the firm only and not in the name of any individual partner.
12. In case, the contract is awarded to a partnership firm, the following undertakings shall be furnished by all the partners through a notarized affidavit, before signing of contract agreement:-
a) Joint and several liabilities: The partners of the firm to which the contract is
awarded, shall be jointly and severally liable to the Railway for execution of the
contract in accordance with general and special conditions of the contract. The
partners shall also be liable jointly and severally for the loss, damages caused to
the Railway during the course of execution of the contract or due to non-execution
of the contract or part thereof.
b) Duration of the partnership deed and partnership firm agreement : The
partnership deed/partnership firm agreement shall normally not be modified,
altered, terminated during the currency of contract and the maintenance period
after the work is completed as contemplated in the conditions of the contract. Any
change carried out by partners in the constitution of the firm without permission of
Railway, shall constitute a breach of contract liable for determination of contract
under clause 62 of General Conditions of Contract.
c) Governing Laws: The partnership firm agreement shall in all respect be governed
by and interpreted in accordance with the Indian laws.
d) No partner of the firm shall have the right to assign or transfer the interest right or
liability in the contract without the written consent of the other partner and that of
the Railway in respect of the tender/contract.
13. The tenderer shall clearly specify that the tender is submitted on behalf of a
partnership concern. The following documents shall be submitted by the
partnership firm, with the tender-
a) A copy of registered/notarized partnership deed duly authenticated by notary.
Signature of Tenderer Page 74
b) Power of Attorney duly stamped and authenticated by a Notary Public or by a
Magistrate from all partners of the firm in favour of one or more of the partner(s)
or any other person(s) as detailed in Para (8) above.
c) An undertaking by all the partners of the partnership firm shall be given that they
have not been black listed or debarred by Railways or any other
Ministry/Department of the Government of India/any State Government from
participation in tenders/contract on the date of opening of bids either in their
individual capacity or in any firm in which they were/are partners.
Concealment/wrong information in regard to above shall make the contract liable
for determination under clause 62 of General Conditions of Contract-2014.
14. Evaluation of eligibility of a partnership firm.
Technical and financial eligibility of the firm shall be adjudged based on
satisfactory fulfillment of the following conditions:
i) Technical eligibility criteria – The tenderer should satisfy either of the following
criteria:-
a) The partnership firm shall satisfy the full requirement of technical eligibility criteria
(defined in “Para 3.6.1 of special tender conditions and instructions for
Tenderers”) in its own name and style;
OR
b) In case the partnership firm does not fulfill the technical eligibility criteria in its
own name and style, but one of its partners has executed a work in the past
either as a sole proprietor of a firm or as a partner in a different partnership firm,
then such partner of the firm shall satisfy the technical eligibility criteria (defined in
“Para 2.3.4 (a) of special tender conditions and instructions for Tenderers”) on
the basis of his/her proportionate share in that proprietorship/partnership firm
reduced further by his/her percentage share in the tendering firm.
ii) Financial eligibility criteria– The Tenderer shall satisfy either of the following criteria:-
a) The partnership firm shall satisfy the full requirements of the financial eligibility
criteria (as defined in “Para 3.6.2 of special tender conditions and instructions for
Tenderers”) in its own name and style.
OR
b) In case the partnership firm does not fulfill the financial eligibility criteria in its own
name and style, but one or more of its partners have executed a work/contract in
the past either as sole proprietor or as partner in different firms, then the
arithmetic sum of the contractual payments received by all the partners of the
tendering firm, derived on the basis of their respective proportionate share in the
such firms reduced further by their respective percentage share in the
tendering firm, shall satisfy the full requirements of the financial eligibility criteria
(as defined in “Para 3.6.2 of special tender conditions and instructions for
tenderers”).
Signature of Tenderer Signature of Tender inviting Authority
Signature of Tenderer Page 75
Example on Evaluation of Technical & Financial Eligibility of Partnership Firm
A tendering partnership firm “ABCD” has four constituent partners namely “A”, “B”,
“C” & “D” with their respective shares as 40%, 30%, 20% & 10%, but this firm has
not executed any work in its own name and style. However, the constituent partners
have executed the work in earlier partnership firm(s) or as sole proprietor as under:-
(i) Partnership firm “ABZ” having three partners namely “A”, “B” & “Z” with respective
shares of 10%, 20% & 70%, has executed a work of value Rs.10.00 crores earlier.
(ii) Partnership firm “CYX” having three partners namely “C”, “Y” & “X” with respective
shares of 50%, 30%, & 20%, has executed a work of value Rs.5.00 crores earlier.
(iii) Sole proprietorship firm “P” having “D” as sole proprietor has executed a work of
value Rs.2.0 Crores earlier.
The evaluation of technical and financial eligibility of tendering firm “ABCD” shall be
done by taking proportionate share of credentials of partners A, B, C and D derived
from their earlier partnership firms to be reduced further by their percentage share in
the tendering firm as calculated in table below :-
1 2 3 4 5 Partners
Credentials of “A” & “B” derived from firm “ABZ” which has executed work of Rs.10.0 cr.
Credentials of “C” derived from firm “CYX” firm which has executed work of Rs.5.0 cr.
Credentials of “D” derived from Proprietorship firm “P” which has executed work of Rs.2.0 cr.
Contribution of “A”, “B” ,”C” & “D” to credentials of tendering firm “ABCD”
% share in firm “ABZ”
Proportionate Credentials
% share in firm “CYX”
Proportionate Credentials
% share in firm “P”
Proportionate Credentials
% share in “ABCD”
Proportionate Contribution to “ABCD”
A 10% 10% of 10Cr. = 1.0 Cr.
- - - - 40% 40% of 1 Cr =0.4Cr
B 20% 20% of 10Cr. = 2.0 Cr.
- - - - 30% 30% of 2 Cr. = 0.6 Cr
C - - 50% 50% of 5 Cr= 2.5Cr
- - 20% 20% of 2.5Cr. =0.5Cr.
D - - - - 100% 100% of 2Cr= 2.0Cr
10% 10% of 2Cr. = 0.20Cr
Signature of Tenderer Page 76
Evaluation of Technical Eligibility: Any one of the partners of “ABCD” tendering firm viz A, B, C or D should satisfy the
technical eligibility criterion on the basis of his/her proportionate share of credential
in the earlier partnership firm reduced further by his percentage share in the
tendering firm. As calculated in above table, the contribution of partners A, B, C & D
towards the credentials of tendering firm “ABCD” will be taken as Rs. 0.40 cr., Rs.
0.60 cr., Rs. 0.50 cr., 0.20 cr respectively. Thus, in this example the firm “ABCD” is
deemed to have executed one single work of maximum value of Rs 0.60 Cr. for the
purpose of technical eligibility criteria.
Evaluation of Financial Eligibility:
The arithmetic sum of the contribution of all the partners of tendering firm “ABCD”
derived on the basis of their respective proportionate share in the earlier partnership
firms reduced further by their respective percentage share in the tendering firm, in
this example will be taken as Rs.1.70 Cr. (I.e. A+B+C+D = 0.40+0.60+0.50+0.20 =
1.70 cr.). Thus, in this example, the firm “ABCD” is deemed to have received
contractual payments of Rs 1.70 Cr. for the purpose of financial eligibility criteria.
Signature of Tenderer Signature of Tender inviting Authority
Signature of Tenderer Page 77
Annexure-VIII
8 Details of Plant and Machinery already available with the firm.
SN
Particulars of equipment
No. of Unit.
Kind & make
Capacity Date by which the plant would be available for use on this work
Age & condition
Work on which it is being used.
1 2 3 4 5 6 7
1
2
ANNEXURE –IX
9. List of engineers/personnel already available/ proposed to be employed for deployment on this work:
SN Name & Designation
Qualification Professional experience
Organization with whom working
Date by which personnel will be available for this work.
1 2 3 4 5
1
2
Signature of Tenderer Signature of Tender inviting Authority
Signature of Tenderer Page 78
ANNEXURE – X 10. Statement of works being executed/in hand by the contractor/s
S N.
Name and place of work
Authority/agency for whom the work is being carried out
Date of award & agreement No. & Date
Date of completion (Original/ actual)
1 2 3 4
1.
2.
3.
Agree mental cost of work cost/likely cost
Principal/ Technical features work in brief
SN at which relevant certificate/Documents are attached
Payment taken till.
5 6 7 8
Signature of Tenderer Signature of Tender inviting Authority
Signature of Tenderer Page 79
ANNEXURE-XI
11. Details of Beneficiary for Electronic Transfer of Funds
1 Beneficiary Name :
2 Beneficiary Address
3 Bank Name :
4 Branch Address :
5 IFSC Code :
6 MICR Code :
7 Account Type :
8 Account Number :
9 City : :
10 Tel./Fax No. ( if any) :
11 PAN NO. :
12. Service Tax Registration number linked with PAN no
13 TIN NO. :
14
Signature of Beneficiary
Signature of Bank Official with Stamp
Signature of Tenderer Page 80
ANNEXURE-XII
12. Applicable charges/recoveries/Advance etc.
S. no. Item Description
1. Water charges In case of contractor using Railway’s water sources, water charges will be deducted @1% of the cost of the item(s) where water is being consumed.
2. BOCW cess The tenderer for carrying out any construction work in “Uttar Pradesh” must get themselves registered from the Registering Officer under section 7 of the Building and Other Construction workers Act 1996 and rules made thereto by the “Uttar Pradesh” Government and submit certificate of Registration issued from the Registering Officer of the “Uttar Pradesh” Government (Labour Department). For enactment of this Act, the tenderer shall be required to pay BOCW cess @ 1% of cost of construction work to be deducted from each bill. Cost of material shall be outside the purview of cess, when supplied under a separate schedule item”. Recoverable amount of BOCW cess at the rate of 1% shall be credited under Suspense Head Deposit Misc (BOCW cess) before arranging payment to the contractor as per directive of Railway Board issued vide letter No. 2008/CE-I/CT/6 dated 08.11.2012 with the concurrence of “Finance Directorate of Ministry of Railway”.
3. Deployment of Technical supervisor
In terms of provisions of new clause 26 A.1 to the General Conditions of Contract (GCC), Contractor has to deploy following Qualified Engineers during execution of work: one qualified Graduate Engineer when cost of work to be executed is Rs. 200 lacs and above, and One qualified Diploma Engineer when cost of work to be executed is more than Rs. 25 lacs, but less than Rs. 200 lacs
Signature of Tenderer Page 81
S. no. Item Description
Graduate /Diploma holder Engineer will be available at site as and when or for the period as directed by Engineer’s representative. Further, In case the Contractor fails to employ the Qualified Engineer, as aforesaid in above Paras, in terms of clause 26 A.1 to the General Conditions of Contract Part-II, shall be liable to pay an amount of Rs. 40, 000.00 and Rs. 25, 000.00 for each month or part thereof for the default period.
4. Income Tax @ 2% 5. WCT/VAT @ 4% or as amended time to time 6. Brick bat Quantity X rates of item no: 055140 + Tender
% + 12.5% +7.5%+5% 7. Tools and plants The hire charges of tools and plants provided
to the contractor if any will be as per extent instructions of Railways.
8. Mobilization advance
It will be applicable as per extent instructions of Railways.
9. Stage Payment for Steel supplied by the contractor
It will be applicable as per extent instructions of Railways.
10. PVC clause Price Variation clause will be applicable for Contract Agreement value of more than 50 lakh as per Annexxure - XX
11 Maintenance Period
The maintenance period for this tender / works will be twelve months form the date of compellation of work.
12 Labour cess 1% labour cess will be deducted.
Signature of Tenderer Signature of Tender inviting Authority
Signature of Tenderer Page 82
ANNEXURE - XIII
Registered Acknowledgement Due
13. PROFORMA FOR TIME EXTENSION
No. _______________________ Dated : ____________
__________________________________
__________________________________
Sub : (i) _____________________________________________________(name of work).
(ii) Acceptance letter no. _________________________________________________
(iii) Understanding/Agreement no. __________________________________________
Ref: _______________________________________ (Quote specific application of Contractor for extension to the date received) ___________________________________________
Dear Sir,
1. The stipulated date for completion of the work mentioned above is _______________. From the progress made so far and the present rate of progress, it is unlikely that the work will be completed by the above date (or ‘However, the work was not completed on this date’).
2. Expecting that you may be able to complete the work, if some more time is given, the competent authority, although not bound to do so, hereby extends the time for completion from _________________ to ___________________.
3. Please note that an amount equal to the liquidated damages for delay in the completion· of the work after the expiry of _______________________ (give here the stipulated date for completion with/without any penalty fixed earlier) will be recovered from you as mentioned in Clause, 17-B of the Standard General Conditions of Contract for the extended period, notwithstanding the grant of this extension. You may proceed with the work accordingly.
4. The above extension of the completion date will also be subject to the further condition that no increase in rates on any account will be payable to you.
Signature of Tenderer Signature of Tender inviting Authority
Signature of Tenderer Page 83
5. Please intimate within a week of the receipt of this letter your acceptance of the extension of the conditions stated above.
6. Please note that in the event of your declining to accept the extension on the above said conditions or in the event of your failure after accepting or acting up to this extension to complete the work by ______________ (here mention the extended date), further action will be taken in terms of Clause 62 of the Standard General Conditions of Contract.
Yours faithfully
For and on behalf of the President of India
Signature of Tenderer Signature of Tender inviting Authority
Signature of Tenderer Page 84
ANNEXURE - XIV
14. CERTIFICATE OF FITNESS
1. (a) Serial Number ______________
(b) Date _______________
2. Name of person examined ________________________
I certify that I have personally examined (name)_______________________
3. Father’s Name : son/daughter of _____________________________________________ , residing at ________________________________________________________________
4. Sex ___________
5. Residence : ________________________________________________________________
6.
Date of birth, if available, and/or certified age ____________________________
Who is desirous of being employed in a factory or on a work requiring manual labour and that his / her age as nearly as can be ascertained from my examination, is _______ years and that he/she is fit for employment in a factory or on a
7.
Physical fitness _______________________
8.
Identification marks ___________________
______________________________9.
Reasons for :
____________________________
____________________________ (a) refusal to grant certificate, or
(b) revoking the Certificate
____________________
Signature or Left Hand Thumb Impression of the person Examined
Signature of Certifying Surgeon
Note : In case of physical disability, the exact details of the cause of the physical disability should be clearly stated
Signature of Tenderer Signature of Tender inviting Authority
Signature of Tenderer Page 85
ANNEXURE - XV
Registered Acknowledgement Due
15. PROFORMA OF 7 DAYS NOTICE
___________ RAILWAY
(Without Prejudice)
To
M/s _____________________________
_________________________________
Dear Sir,
Contract Agreement No. _____________________________________________
In connection with _________________________________________________
In spite of repeated instructions to you by the subordinate offices as well as by this office in various letters of even no. ________________, dated __________; you have failed to start work/show adequate progress and/or submit detailed programme for completing the work.
2. Your attention is invited to this office/Chief Engineer’s office letter no. ___________ ________, dated __________ in reference to your representation, dated ____________.
3. As you have failed to abide by the instructions issued to commence the work/to show adequate progress of work you are hereby given 7 days’ notice in accordance with Clause 62 of Standard General Conditions of Contract to commence works / to make good the progress, failing which further action as provided in Clause 62 of the Standard General Conditions of Contract viz. to terminate your Contract and complete the balance work without your participation will be taken.
Kindly acknowledge receipt.
Yours faithfully
For and on behalf of the President of India
Signature of Tenderer Signature of Tender inviting Authority
Signature of Tenderer Page 86
ANNEXURE - XVI
Registered Acknowledgement Due
16. PROFORMA OF 48 HRS. NOTICE
___________ RAILWAY
(Without Prejudice)
To
M/s _____________________________
_________________________________
Dear Sir,
Contract Agreement No. _____________________________________________
In connection with _________________________________________________
1. Seven days’ notice under Clause 62 of Standard General Conditions of Contract was given to you under this office letter of even no., dated ____________; but you have taken no action to commence the work/show adequate progress of the work.
2. You are hereby given 48 hours’ notice in terms of Clause 62 of Standard General Conditions of Contract to commence works / to make good the progress of works, failing which and on expiry of this period your above contract will stand rescinded and the work under this contract will be carried out independently without your participation and your Security Deposit shall be forfeited and Performance Guarantee shall also be encashed and consequences which may please be noted.
Kindly acknowledge receipt.
Yours faithfully
For and on behalf of the President of India
Signature of Tenderer Signature of Tender inviting Authority
Signature of Tenderer Page 87
ANNEXURE - XVII
Registered Acknowledgement Due
17(A) PROFORMA OF TERMINATION NOTICE
______________ RAILWAY
(Without Prejudice)
No. ________________________________ Dated
To
M/s _____________________________
Dear Sir,
Contract Agreement No. _____________________________________________
In connection with _________________________________________________
Forty eight hours (48 hrs.) notice was given to you under this office letter of even no., dated _______________; but you have taken no action to commence the work/show adequate progress of the work.
Since the period of 48 hours’ notice has already expired, the above contract stands rescinded in terms of Clause 62 of Standard General Conditions of Contract and the balance work under this contract will be carried out independently without your participation. Your participation as well as participation of every member/partner in any manner as an individual or a partnership firm/JV is hereby debarred from participation in the tender for executing the balance work and your Security Deposit shall be forfeited and Performance Guarantee shall also be encashed.
Kindly acknowledge receipt.
Yours faithfully
For and on behalf of the President of India
Signature of Tenderer Signature of Tender inviting Authority
Signature of Tenderer Page 88
_______________________Railway
17(B) Termination of contract – effect of non performance by the contractor
within the validity.
NO. Office of the
GM/PCE/CAO ( C)
Dated:
Sub:___________________________
Dear Sir,
1. In terms of the conditions of contract agreement No._____________dated
__________ governing the execution of the above work, it was required to be
completed by the stipulated date of completion/mutually extended date of
completion viz.________. You have failed to complete the work by the agreed
date of completion. You have also failed to apply for further extension of
period of completion on valid and reasonable grounds as acceptable to the
Railway. Due to your failure to fulfill your contractual obligations, the contract
stands terminated with effect from date of completion of the contract i.e.
________ (date)
2. Please note that for non fulfillment of the contract the Railway reserve the
right to claim damages under clause 62 of the General Conditions of
Contract in addition to any other rights available to it under the law.
3. Final measurements of the work done by you shall be recorded on
(date)______________ . Please arrange to be present at site to witness and
also sign the measurements, failing which the work will be measured in your
absence and such measurements as per provisions of the contract
Compendium of Instructions on works Contracts – Northern Railway
agreement shall, not withstanding such absence, be binding upon you
whether or not you shall have signed the measurement book.
Yours faithfully,
For & on behalf of the President of India.
Signature of Tenderer Page 89
Annexure-XIX
19. SUPPLEMENTARY AGREEMENT
Articles of agreement made this day between the President of India acting through
the Railway Administration herein after called the railway on the one part and
……………………………………………………………..on the other part.
Whereas the party hereto of the other part executed an agreement
no:……………………………………………with the party hereto of the first part being
for
……………………………………………………………………………………………….....
herein after called the ‘Principal Agreement’.
And whereas it was agree by and between the parties hereto that the works would
be completed by the party hereto of the second part
on_____________________date last extended’ and whereas the party hereto of the
second part has executed the work to the entire satisfaction of the party hereto of
the first part. And whereas the party hereto of the first part already made payment of
the party hereto of the second part diverse sums from time to time aggregating to
Rs. _____________________ including the final bill bearing voucher No:
______________ dated: ___________ (the receipt of which is hereby
acknowledged by the party hereto of the second part in full and final settlement of all
his /its claims under the principal agreement.
And whereas the party hereto of the second part have received further sum of
Rs._____________________ through the final bill bearing voucher No:
____________ dated _____________________(the receipt of which is hereby
acknowledged by the party thereto of the second part) from the party hereto the first
part in full and final settlement of all his/its disputed claims under principal
agreement.
Now, it is hereby agreed by and between the parties in the consideration of sums
already paid (by the party hereto of the first part to the party hereto of the second
part against all outstanding dues and claims for, all works done under the aforesaid
principal agreement including/excluding the security deposit the party hereto of the
second part have no further dues of claims against the party hereto the first part
under the said Principal Agreement. It is further agreed by and between the parties
that the party hereto of the second part has accepted the said sums mentioned
above in full and final satisfaction of all its dues and claims under the said Principal
Agreement.
It is further agreed and understood by and between the parties that in
consideration of the payment already made, under the agreement, the said
Principal Agreement shall stand finally discharged and rescinded all the terms
and conditions including the arbitration clause.
Signature of Tenderer Signature of Tender inviting Authority
Signature of Tenderer Page 90
It is further agreed and understood by and between the parties that the
arbitration clause contained in the said principal agreement shall cease to
have any effect and/or shall be deemed to be non-existent for all purposes.
Contractor’s Signature with full address Dy. Chief Engineer/Bridge Line/ Tilak Bridge /New Delhi
Signature of witness. Northern Railway, New Delhi For & On behalf of President of India. 1. . . . . . . . . . . . . . . . . . . . . . 2.………………………………
Signature of Tenderer Signature of Tender inviting Authority
Signature of Tenderer Page 91
Annexure- XX
20. Price Variation Clause; For Works Costing Rs. 50 Lacs & above a) The rates quoted by the tenderer and accepted by Railway administration shall
hold good till the completion of the work and no additional individual claim will be admissible on account of fluctuation in market rates, increase in taxes/any other levies/toll etc except that payment/ recovery for overall market situation shall be made as per price variation clause given below.
b ) No cognizance will be given for any sort of fluctuation in taxes and other market conditions etc. for any individual item for the purpose of making adjustment in payments the contract shall however be governed by the general price variation clause of GCC
The reference of GCC are also cited as under for guidance purpose only; 46A Price Variation Clause (PVC): 46A.1 Applicability: Price Variation Clause (PVC) shall be applicable only for contracts of
value as prescribed by the Ministry of Railways through instructions/circulars issued from time to time and irrespective of the contract completion period. Variation in quantities shall not be taken into account for applicability of PVC in the contract. Materials supplied free of cost by Railway to the contractors shall fall outside the purview of Price Variation Clause. If, in any case, accepted offer includes some specific payment to be made to consultants or some materials supplied by Railway free or at fixed rate, such payments shall be excluded from the gross value of the work for the purpose of payments/recovery of price variation.
46A.2 Base Month : The Base Month for ‘Price Variation Clause’ shall be taken as month of opening of tender including extensions, if any, unless otherwise stated elsewhere. The quarter for applicability of PVC shall commence from the month following the month of opening of tender. The Price Variation shall be based on the average Price Index of the quarter under consideration.
46A.3 Validity : Rates accepted by Railway Administration shall hold good till completion of work and no additional individual claim shall be admissible on account of fluctuations in market rates, increase in taxes/any other levies/tolls etc. that payments/recovery for overall market situation shall be made as per Price Variation Clause given hereunder.
46A.4 Adjustment for variation items in a contract on which variation in prices be admissible, shall be Material, Labour, Fuel, explosives, detonators, steel, concreting, ferrous, non-ferrous, insulators, zinc and cement shall be determined in the manner prescribed.
46A.5 Components of various items in a contract on which variation in prices be admissible, shall be Material, , Labour, Fuel, Explosives, Detonators, Steel ,Cement & Lime, Concreting, Ferrous, Non-ferrous, Insulators, Zinc, Erection etc. However, for fixed components, no price variation shall be admissible.
46A.6 The percentages of labour components, material components, fuel components etc. in various types of Engineering Works shall be as under:
Component Percentage Component Percentage A) Earthwork Contracts:
Labour Components 50% Other Material Components 15% Fuel Components 20% Fixed Components* 15%
B) Ballast and Quarry Products Contracts : Labour Components 55% Other Material Components 15% Fuel Components 15% Fixed Components* 15%
Signature of Tenderer Page 92
C) Tunneling Contracts :
Labour Components 45% Detonators Components 5% Fuel Components 15% Other Material Components 5% Explosives Components
15% Fixed Components* 15%
D) Other Works Contracts :
Labour Components 30% Fuel Components 15% Material Components 40% Fixed Components* 15%
• It shall not be considered for any price variation.
46A.7 Formulae: The Amount of variation in prices in several components (labour material etc.) shall be worked out by the following formulae:
I. L = W x (LO -LB ) x LC
LB 100
II. M = W x (MO -MB ) x MC
MB 100
III. F = W x (FO -FB ) x FC
FB 100
IV. E = W x (EO -EB ) x EC
EB 100
V. D = W x (DO -DB ) x DC
DB 100
VI. S = SW x (SQ – SB)
VII. C = CV x (CQ – CB) / CB
{Authority: Railway Board’s letter no. 85/W-I/CT/7 Pt. I, Dated 18.07.2012 and no. 2007/CE- I/CT/18/Pt.13, Dated 02.05.2014}
46A.8 The demands for escalation for cost shall be allowed on the basis of provisional indices made available by Reserve Bank of India. Any adjustment needed to be done based on the finally published indices shall be made as and when they become available.
46A.9 Relevant categories of steel for the purpose of operating Price Variation formula, as
mentioned in this Clause, based on SAIL’s ex-works price plus Excise Duty thereof, shall be as under:
Signature of Tenderer Page 93
SL Category Of Steel Supplied In Railway Work
Category Of Steel Produced By SAIL’s ex-works price plus Excise Duty Would Be Adopted To Determine Price Variation
1 Reinforcement bars and other rounds
TMT 8mm IS 1786 Fe 415/Fe 500
2 All types and sizes of angles Angle 65 x 65 x 6 mm IS 2062 E250A SK 3 All types and sizes of plates PM Plates above 10-20 mm IS 2062 E250A SK 4 All types and sizes of channels and
joists Channels 200 x 75 mm IS 2062 E250A SK
5 Any other section of steel not covered in the above categories and excluding HTS
Average of price for the 3 categories covered under SL 1,2 & 3 above
46A.10 Price Variation During Extended Period Of Contract
The price adjustment as worked out above, i.e. either increase or decrease shall be
applicable upto the stipulated date of completion of work including the extended
period of completion where such extension has been granted under Clause 17-A of
the Standard General Conditions of Contract. However, where extension of time has
been granted due to contractor’s failure under Clause 17-B of the standard General
Conditions of contract, price adjustment shall be done as follows:
a) In case the indices increase above the indices applicable to the last month of original
completion period or the extended period under Clause 17-A the price adjustment for
the period of extension granted under Clause 17-B shall be limited to the amount
payable as per the Indices applicable to the last month of the original completion
period or the extended period under Clause 17-A of the Standard General Conditions
of Contract as the case may be.
b) In case the indices fail below the indices applicable to the last month of
original/Extended period of completion under Clause 17-A , as the case may be; then
the lower indices shall be adopted for the price adjustment for the period of extension
under Clause 17-B of the Standard General Conditions of Contract.
{Authority: Railway Board’s letter no. 2007/CE-I/CT/18/Pt.93, dated 14.12.2012} For Railway Electrification Works: viii) T= [(Cs – Co) / Co x0.4136] x Tc
ix) R= [(RT – Ro) /Ro + (ZT – ZO) /ZO x0.06] x Rc
x) N= [(PT – Po) /Po] x Nc
xi) Z= [(ZT – Zo) /Zo] x Zc
xii) I= [(IT – Io) /IT] x 85
Where, L Amount of price variation in Labour M Amount of price variation in Materials F Amount of price variation in Fuel E Amount of price variation in Explosives D Amount of price variation in Detonators S Amount of price variation in Steel C Amount of price variation in Cement T Amount of price variation in Concreting R Amount of price variation in Ferrous Items
Signature of Tenderer Page 94
N Amount of price variation in Non-Ferrous Items Z Amount of price variation in Zinc I Amount of price variation in Insulator Lc % of Labour Component Mc % of Material Component Fc % of Fuel Component Ec % of Explosive Component Dc % of Detonators Component Tc % of Concreting Component Rc % of Ferrous Component Nc % of Non-Ferrous Component Zc % of Zinc Component W Gross value of work done by contractor as per on –account bills, excluding cost of
materials supplied by Railway at fixed price, minus the price values of cement and steel. This will also exclude specific payment, if any, to be made to the consultants engaged by contractors (such payment shall be indicated in the contractor’s offer).
LB Consumer Price Index Number for Industrial Workers - All India : Published in R.B.I. Bulletin for the base period.
LQ Consumer Price Index Number for Industrial Workers - All India : Published in R.B.I. Bulletin for the average price index of the 3 months of the quarter under consideration.
MB Index Number of Wholesale Prices – By Groups and Sub-Groups: All commodities- as Published in the R.B.I. Bulletin for the base period.
MQ Index Number of Wholesale Prices – By Groups and Sub-Groups: All commodities- as Published in the R.B.I. Bulletin for the average price index of the 3 months of the quarter under consideration.
FB Index Number of Wholesale Prices – By Groups and Sub-Groups for Fuel and Power as Published in the R.B.I. Bulletin for the base period.
FQ Index Number of Wholesale Prices – By Groups and Sub-Groups for Fuel and Power as Published in the R.B.I. Bulletin for the average price index of the 3 months of the quarter under consideration.
EB Cost of explosives, as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of explosives are made by the contractor for the base period.
EQ Cost of explosives, as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of explosives are made by the contractor for the average price index of the 3 months of the quarter under consideration.
DB Cost of detonators, as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of detonators are made by the contractor for the base period.
DQ Cost of detonators, as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of detonators are made by the contractor for the average price index of the 3 months of the quarter under consideration.
Sw Weight of steel in tone, supplied by the contractor as per the ‘on –account’ bill for the month under consideration.
SQ SAIL’s (Steel Authority of India Limited) ex-works price plus Excise Duty thereof (in rupees per tonne) for the relevant category of steel supplied by the contractor, as prevailing on the first day of the month in which the steel was purchased by the contractor (or) as prevailing on the first day of the month in which steel was brought to the site by the contractor, whichever is lower.
In case, there is no notification by SAIL for the month under consideration, the price of steel, as notified in the last available month shall be taken.
SB SAIL’s ex-works price plus Excise Duty thereof (in rupees per tonne) for the relevant category of steel supplied by the contractor as prevailing on the first day of the month in which the tender was opened.
Signature of Tenderer Page 95
In case, there is no notification by SAIL for the month under consideration, the price of steel, as notified in the last available month shall be taken.
In case, there is no notification by SAIL for the month under consideration, the price of steel, as notified in the last available month shall be taken.
CV Value of Cement supplied by contractor as per the on account bill in the quarter under consideration.
CB Index No. of Wholesale Price of Sub-Group (of Cement & Lime) as Published in R.B.I. Bulletin for the base period.
CQ Index No. of Wholesale Price of Sub-Group (of Cement & Lime) as Published in R.B.I. Bulletin for the average price index of the 3 months of the quarter under consideration.
CS RBI wholesale Price index for Cement & Lime for the month which is six months prior to date of casting of foundations.
Co RBI wholesale Price index for Cement & Lime for the month which is one month prior to date of opening of tender.
RT IEEMA Price index for Iron & Steel for the month which is two months prior to date of inspection of material.
Ro IEEMA Price index for Iron & Steel for the month which is one month prior to date of opening of tender.
PT IEEMA Price for Copper wire bar for the month which is two months prior to date of inspection of material.
Po IEEMA Price for Copper wire bar for the month which is one month prior to date of opening of tender.
ZT IEEMA Price for Zinc for the month which is two months prior to date of inspection of material.
Zo IEEMA Price for Zinc for the month which is one month prior to date of opening of tender.
IT RBI wholesale Price index for Structural Clay Products for the month which is two months prior to date of inspection of material.
Io RBI wholesale Price index for Structural Clay Products for the month which is one month prior to date of opening of tender.
NOTE : 1 Price variation is payable/recoverable during the extended period of Contract,
provided the price Variation Clause was part of the original Contract and the extension has been granted on administrative ground i.e. under Clause 17-A (i) (ii) and (iii) of GCC.
2 No maximum value for the price variation is prescribed. 3. If, in any case, the accepted offer includes 4 If the rates quoted in negotiated tender are accepted, the base month for
the price variation clause is the month in which negotiations are held. 5. Price Variation is payable / recoverable during the extended period of contract,
provided the price variation clause was part of the original contract and the extension has been granted on administrative ground i.e under Clause 17A(i) (ii) and (iii) of GCC.
6. The Price variation implies both increase as well as decrease in input prices and therefore price variation during the currency of the contract may result In extra payment or recovery as the case may be.
7. No material price variation or wages escalation on any account whatsoever the compensation for Force majoure etc. shall be payable under the contract except price escalation clause payable as per price escalation clause if any, provided separately in the tender documents.
Signature of Tenderer Page 96
8 No claim for idle labour and or idle machinery etc. on any account will be entertained. Similarly no claim shall be entertain for business loss or any such loss.
9 Attention is invited to Clause 17(B) of the G.C.C. of the tender conditions according to which time is the essence of the contract.
I/we agree to abide by the terms and conditions mentioned at page 01 to 106
in all as well as the Indian Railway General conditions of contract, Indian
Railways Unified Standard Specifications (Works & Materials) Volume I & II
and the Unified standard Schedule of rates, Indian Railway Bridge Manual , IRS
B-1 amended time to time.
Signature of Tenderer Signature of Tender inviting Authority
Signature of Tenderer Page 97
Annexure-XXI FORMAT FOR JOINT VENTURE MEMORANDUM OF UNDERSTANDING/ AGREEMENT
THIS JOINT VENTURE MEMORANDUM OF UNDERSTANDING (MOU) /AGREEMENT EXECUTED AT ……………… ON THIS……….DAY OF …………….. 2015 between M/s ______________ _ Registered office at _________________________ as the first party and M/s _______________________ Registered office at ___________________ as the Second party _____________________as third party. (The expression and words of the first and second and third party shall mean and include their heirs, successors, assigns, nominees execution, administrators and legal representatives respectively.)
WHEREAS all the parties are engaged mainly in the business of execution of Civil, Engineering and General Contracts for various Government Departments and organizations.
WHEREAS the parties herein above mentioned are desirous of entering into a Joint Venture for carrying on Engineering and/or contract works, in connection with __________________________________ and other works mentioned in Tender Notice No. ____________________dated ___________ of Northern Railway or any other work or works, as mutually decided between the parties to this Joint Venture.
WHEREAS all the parties are desirous of recording the terms and conditions of this Joint Venture to avoid future disputes.
NOW THIS MOU/AGREEMENT WITNESSTH AS UNDER:
1. That in and under this Joint Venture agreement the work will be done jointly by the First Party and Second Party in the name and style of M/s _______________________(Joint Venture of M/s ______ __________ _____________ ________ ______________M/s ___________ ______________and M/s. ___________________________).
2. That all the parties shall be legally liable, severally and or jointly responsible for the satisfactory/successful execution/completion of the work in all respects and in accordance with terms and conditions of the contract.
3. That the role of each constituent of the said Joint Venture in details shall be as under:-
The first party shall be responsible for __________________________
The second party shall be responsible for ________________________
The third party shall be responsible for _________________________.
4. The share of profit and loss of each constituent of the said Joint venture shall be as under:-
5. That all the parties of this Joint Venture shall depute their experienced staff as committed commensurating with their role and responsibility and as required for the successful completion of the works in close consultation with each other.
Signature of Tenderer Page 98
6. That the investment required for the works under this Joint Venture shall be brought in by the parties as agreed to between them from time to time.
7. That all the Bank guarantee shall be furnished jointly by the parties in the name of Joint Venture.
8. That the party number ________________________________________________ to this Joint Venture shall be the prime (lead) contractor and will be responsible for timely completion of work and to coordinate with the Railways to receive payments and also to make all correspondence on behalf of this Consortium/Joint Venture.
9. That all the above noted parties i.e._________________________________ not to make any change in the agreement without prior written consent of the Railway.
NOW THE PARTIES HAVE JOINED HANDS TO FORM THIS JOINT VENTURE ON THIS _____________ DAY OF ______________ TWO THOUSAND WITH REFERENCE TO AND IN CONFIRMATION OF THEIR DISCUSSIONS AND UNDERSTANDING BROUGHT ON RECORD ON ________________.
IN WITNESS THEREOF ALL/BOTH THE ABOVE NAMED PARTIES HAVE SET THEIR RESPECTIVE HANDS ON THIS JOINT VENTURE AGREEMENT ON THE DAY, MONTH AND YEAR FIRST ABOVE MENTIONED IN THE PRESENCE OF THE FOLLOWING WITNESS :
WITNESSES;
1. FIRST PARTY
2. SECOND PARTY
END OF THE PACKET – I ( TECHNICAL COMMERCIAL BID ) DOCUMENT
Signature of Tenderer Page 99
NORTHERN RAILWAY
(BRIDGE LINE TILAK BRIDGE)
TENDER DOCUMENT
PACKET-II (FINANCIAL BID)
For The Work
“REPLACEMENT OF CORRODED SIDE DECK PLATE & REPAIRS OF SWAY/PORTAL GIRDER MEMBERS OF NORTH & SOUTH LINES OF BRIDGE NO. 249 (OLD YAMUNA BRIDGE) IN THE JURISDICTION OF AXEN/BL/TKJ” Tender Reference No. No.32-W/Br.No.249/T/BL/TKJ/15 Dated 24.07.2015
Dy Chief Engineer / Bridge Line/ Mahabat Khan Road /Tilak Bridge/Northern
Railway , New Delhi
Signature of Tenderer Page 100
NORTHERN RAILWAY
Packet-II (Financial Bid)
Tender No. No.32-W/Br.No.249/T/BL/TKJ/15
Tender Notice No. & Date
No.32-W/Br.No.249/T/BL/TKJ/15 Dated 24.07.2015
Tender Notice Corrigendum No. & Date No.32-W/Br.No.249/T/BL/TKJ/15 Dated 19.08.2015
Name of Work Replacement of corroded side deck plate & repairs of sway/portal girder members of North & South Lines of Bridge no. 249 (Old Yamuna bridge) in the jurisdiction of AXEN/BL/TKJ
Approx. Cost Rs. 10,27,22,792 /-
Earnest Money
Rs. 6,63,620/-
Completion Period
18 (Eighteen) Months
Date of opening of Technical Bid
09/09/2015_at 15.15 hrs.
Please Note:
1. The tenderers shall quote the rates against each chapter of USOR 2010
(Schedule ‘A’) in terms of “% age Above /Below /At par“ on the basic rate of USOR 2010 and one single %age “Above /Below /At par“ over entire schedule of Non schedule Items (Schedule ‘B’) both in figure and words”.
2. The rate/s should be quoted in figures as well as in words. If there is variation
between the rates quoted in figures and in words, the rate quoted in `words' shall be taken as correct. If a tenderer does not quote rate/rates as specified in this tender document in the Schedule of Items, Rates and Quantities, the offer will be treated incomplete and rejected summarily.
3. In case, the tenderer(s) quote/s multiple/ different rates for various
Chapters/items of a Schedule, the offer will be treated as incomplete and shall be summarily rejected.
Signature of Tenderer Page 101
SCHEDULE “A” (ITEMS OF NORTHERN RAILWAY UNIFIED STANDARD SCHEDULE OF RATES (USSOR)-2010)
S.NO. ITEM DESCRIPTION BASIC COST AS PER BASIC
RATES OF USOR-2010 (DETAILS ENCLOSED IN ANNEXURE-1)
RATES TO BE QUOTED BY THE TENDERERS IN “%
AGE “ABOVE/BELOW / AT PAR” ON THE BASIC
RATES OF USOR-2010 AGAINST EACH CHAPTER.
(In Rs) Rate in figures
Rates in words
1 All items of Chapter-2 “ Carriage of Material “ of USSOR-2010
Rs. 94,286.10
3 All items of Chapter -8 “Steel and aluminum work” of USSOR-2010
Rs. 1,83,54,926.60
12 All items of Chapter-21 “Bridge work superstructure steel” of USSOR-2010
Rs. 16,74,998.85
SCHEDULE B (NON-SCHEDULE ITEMS)
SN DESCRIPTION OF NON-
SCHEDULE ITEMS (AS PER DETAILS ATTACHED)
BASIC COST OF NS ITEMS AS PER ANNEXURE-2 (IN )
RATES TO BE QUOTED BY THE TENDERER/S IN “%AGE ABOVE/BELOW/ AT PAR” ON THE BASIC RATES OF NS ITEMS AS PER DETAILS ENCLOSED AT ANNEURE-2. In Figures In Words
1 All Non- schedule items i.e. item no. NS. I to NS-10 (as per Annexure-2)
Rs. 8,25,98,580.36
Signature of Tenderer Page 102
Annexure-I
Detail of Items of work and cost of all chapters of Northern
Railway Unified Standard Schedule of Rates (USOR)- 2010)
Note: 1. The Description/unit/Basic rates of items given below have been
reproduced from USSOR-2010. In case of any difference / error in the description/unit/Basic rate of items given below viz-a-viz USSOR-2010, the same given in the USSOR-2010 shall prevail.
2. The ITEMS AND QUANTITIES given below are approximate, and may vary
in accordance with contract conditions
Item No. of
USOR-2010
Brief description of item Unit Approx. Quantity
Basic Rate of item in
Rs
Basic cost of item
All item of Chapter-2 "Carriage of Material” USSOR 021170
Leading misc. material such as Iron work Rail, Pipes, Wooden logs, Stones over patching etc. and all similar articles (each individual article or bundle being more than 3.5 meter long in the largest direction)
MT 285 190.06 54167.10
USSOR 021171
Additional lead for every subsequent km or part thereof, over 10 km and up to 100km over item no.021170
MT/Km 4300 9.33 40119.00
Total of basic cost of Chapter of USSOR
Rs. 94,286.10
All items of Chapter -8 “Steel and Aluminum work " of USOR-2010
USSOR 081030
Structural steel work welded in built up sections, trusses and framed work, girders, stagings, racks, etc including cutting, bending, straightening, hoisting, fixing in position, including applying a priming coat of approved steel primer, complete - upto 6m height above GL -
USSOR 081031
In RSJ, Tees, Angles and Channels
Kg 97670 75.92 7415106.40
Signature of Tenderer Page 103
USSOR 081032
In Flats, plate, round or squire bars
Kg 38775 73.26 2840656.50
USSOR 081120
Providing and fixing hard drawn steel wire fabricated 75 x 25 mesh of weight not less than 7.75 kg/sqm. on angle iron or flat iron frame including all incidental work complete. Cost of frames to be paid separately under relevant item.
Sqm 8010 479.70 3842397.00
USSOR 081400
6mm welding by electric plant including transportation of electric welding plant at site etc. complete
Cm 487156 8.25 4019037.00
USSOR 081423
Prov & fixing hand railing by welding including applying priming coat etc. G.I Pipes 40 mm nominal bore (Class B)
Kg 2210 107.57 237729.70
Total of basic cost of Chapter of USSOR
Rs. 1,83,54,926.60
All items of Chapter-21 “Bridge Work-Superstructure Steel” of USOR-2010 USSOR 211200
Cleaning of steel work of bridge triangulated girder with scrapers from all dust. Rates included cost of labour etc.
Sqm 29505 25.23 744411.15
USSOR 211212
Painting plate girders including scaffolding etc. with one coat ready mix zinc chromate confirming to IS:104 followed by one coat of zinc chromate red oxide confirming to IS:2074
Sqm 29505 31.54 930587.70
Total of basic cost Chapter of USSOR
Rs. 16,74,998.85
Signature of Tenderer Page 104
Annexure-2
SCHEDULE OF RATES & QUANTITIES ( NS ITEMS)
Sr.No. Description of Non Scheduled (NS) Item.
Unit Qty. Rate in Rs.
Amount in Rs.
NS 1 Dismantling of corroded/ perforated deck plates, cover plates, portal, channels ,angle, tees etc. including cutting of rivets including stacking of the same in the site store of SSE/Bridge with contractor’s own T&P and labour. it also includes the cost of temporary arrangements used as scaffolding etc.
MT 285 7532.92 2146882.20
NS 2 Supply, Fabrication and handling of steel members of bridge girder of any section, any size & shape, steel conforming to IS: 2062 B of approved manufacturer only i.e SAIL,TISCO,IISCO,RINL including drilling of holes for riveting/bolting, cutting, bending, die pressing, grooving etc, it also includes the cost of temporary arrangements, scaffolding etc. Complete job nothing will be paid extra.
MT 519 83906.25 43547343.75
NS 3 Erecting and fixing of fabricated steel members of bridge girder of any section, size & shape and fixing with temporary bolts for riveting, provision of scaffolding, contractor's own T&P, manpower etc. & whatsoever required for the purpose as per the site engineer in charge complete in all respect. Complete job nothing will be paid extra.
MT 519 9962.89 5170739.91
NS 4 Cutting and removing of rivets of size 20/22mm dia with rivet buster at any location/Joints of bridge girders with or without traffic block. Complete job nothing will be paid extra.
Each 20999 46.00 965954.00
NS 5 Supplying & squeezing of MS rivets of 20/22 mm size conforming to IS specification of different length in situ at any location/joints of bridge girder removing temporary bolts with contractor’s own T&P, machine, man power, consumables, diesel, scaffolding, compressor whatever required for the purpose, complete in all respect. Complete job nothing will be paid extra.
Each 168099 127.50 21432622.50
Signature of Tenderer Page 105
NS 6 Accurate marking and drilling of holes for 20/22mm dia rivets in existing girder members (i.e. in situ) with contractors labour, T&P equipments and other resources etc. complete as per specification as directed by the Engineer in charge. Complete job nothing will be paid extra.
Each 15500 44.27 686185.00
NS 7 Sand blasting of complete as per specification with contractors own labour, material, T&P, scaffolding etc. complete in all respect.
Sqm 10000 325 3250000.00
NS 8 Metalizing & painting of steel girders as per specification complete job with all sprayed aluminum followed by protective coating, painting with all contractors own labour, material, T&P, scaffolding etc. complete in all respect.
Sqm 10000 360 3600000.00
NS 9 Painting two coat excluding priming coat genuine ready mix red oxide on steel work conforming to IS:13607 with contractors labour and material, T&P, Scaffolding etc.
Sqm 29505 29.16 860365.80
NS 10 Removing and re- fixing of Steel channel sleeper during replacement of deck plate during traffic block including removing and re-fixing of Guard rail, gang way sheet and replacement of damage bolts & nuts required for steel channel sleeper including the cost of T&P labour etc.
each 1345 697.76 938487.20
Gross Total of NS Items Rs. 82598580.36
Notes:-
1) The approximate cost/quantities shown against the schedule of item, rates and quantities are for rough guidance only. These are subject to variation depending upon the needs of the Railway and Railway reserves the right to increase/decrease the cost/quantities as per site conditions.
2) All items for complete job including handling, re-handling, loading,
unloading, leading, lifting, crossing of nallahs, streams or any other obstructions. No extra payment will be made in this regard.
3) Item No. NS-1 to NS-8 are for the works to be executed for repair of the
Main girder members, Deck Plates, End portals, stingers & cross girders. Welding work if required in the above items, which shall be paid separately.
Signature of Tenderer Page 106
4) The provision of wire mesh fencing along the road way & other associated works will be executed through Chapter 08 (steel work of USSOR 2010)
5) Testing arrangement & its charges shall be borne by the contractor,
nothing extra shall be paid on this account. 6) Tenderers are requested to go though section 4.6 (special terms &
conditions for the work; page no 59-69 of the tender document) of the packet -1(technical bid) while quoting / offering their rates.
I/We clearly understand that I/We are not entitled to any other payment on any account whatsoever except the tendered rates for fully complete works as per conditions of contract.
Signature of the Tenderer/s__________________ Address__________________________________
END OF PACKET-II (FINANCIAL BIDS)